Ahmedabad Municipal Corporation

Ahmedabad Municipal Corporation Short Tender Documents for To Design Engineering Manufacture, Test, Supply, Handling, Installation, Testing & Commis...
Author: Doris Sims
16 downloads 2 Views 11MB Size
Ahmedabad Municipal Corporation Short Tender Documents

for

To Design Engineering Manufacture, Test, Supply, Handling, Installation, Testing & Commissioning of Complete Air Conditioning System , Operating for 5 years and Comprehensive Maintenance Contract for 3 Years at "LG Hospital" Maninagar , Ahmedabad.

TENDER NO : AMC/_______________________/2011 NOTICE NO. : _________________________________

Volume I :- Technical Bid Part – I : General Specifications Part – II : Annexure 1 to 11 Part – III : Technical Specifications Part – IV : Drawings (Total Pages - 1 to 206)

21ST FEB 2011 up to 02:00 PM .By RPAD Speed post / Hand delivery

(1)

Last date of Tender Submission

:

(2)

Date of Tender Opening ( Only Technical Bid.)

: 21ST FEB 2011 at 04:00 PM

FEB ‘2012

Page 1 of 40

Municipal Commissioner Ahmedabad Municipal Corporation Sardar Patel Bhavan, Ahmedabad - 380 001. Gujarat, India NOV – 2011 AHMEDABAD MUNICIPAL CORPORATION MAHANAGAR SEWA SADAN SHORT TENDER NOTICE AMC invites sealed and super scribed tenders from the Manufacturing Companies for the HVAC work for LG Hospital at Maninagar, Ahmedabad. Sr. No. 1.

Name of the Work To Design Engineering Manufacture, Test, Supply, Handling, Installation, Testing & Commissioning of Complete Air Conditioning System , Operating for 5 years and Comprehensive Maintenance Contract for 3 Years at LG Hospital , Maninagar , Ahmedabad.

Tender Fee in Rs. 12000/-

EMD in Rs. 6,00,000/-

The sealed tender document can be downloaded till last date of tender submission from our web site www.egovamc.com & tender fee and EMD must be paid along with the submission of tender by separate DD/BG in favor of Municipal Commissioner, Ahmedabad. Last Date of tender submission is 21ST FEB 2012 up to 2.00 P.M. by speed post / RPAD / Hand Delivery. Electrical Department USE NATURAL DAY LIGHT AND SAVE ELECTRICAL ENERGY

Page 2 of 40

Part - I General Specifications NOTICE INVITING TENDER To,

Sub:

Dear Sir,

To, Design Engineering Manufacture, Test, Supply, Handling, Installation, Testing & Commissioning of Complete Air Conditioning System , Operating for 5 years and Comprehensive Maintenance Contract for 3 Years at LG Hospital , Maninagar , Ahmedabad.

1.1

The Municipal Commissioner, Ahmedabad Municipal Corporation, Ahmedabad (AMC) invites sealed item rate tender in two packets system (Packet – I : Technical Bid & Packet – II : Price Bid) from the prosperous, experienced bidders and who qualify the eligibility criteria, as mentioned in Section–1 of technical specification for To, Design Engineering Manufacture, Test, Supply, Handling, Installation, Testing & Commissioning of Complete Air Conditioning System , Operating for 5 years and Comprehensive Maintenance Contract for 3 Years at LG Hospital , Maninagar, Ahmedabad.

1.2

One set of tender documents consisting of – Volume – I

:

Technical Bid Part – I :

Notice Inviting Tender Section-I :- Instruction to Tenderer Section-II :- General Condition of Contract Section-III :- Special Condition of Contract

Part – II : Annexure I to X Part – III : Technical Specification for Air Conditioning , BAS System & Ventilation System Technical Data Sheet and Approved Makes Design Annexures – I to VII Part – IV : Reference Drawings ( 23 Dwg) Volume – II : Price Bid Will be available on Website of…www.egovamc.com 1.3

Tender along with conditions of contract will be available from the website www.egovamc.com. Tenderer shall have to present D.D. in favor of Municipal Commissioner payable at Ahmedabad of Rs.12000/- as tender fee along with the tender submission.

1.4

The tenderer is required to check the AMC website for Addendum if any before 48 hours of tender submission date and time. The tenderer who quotes the tender without attaching the addendum will be rejected.

1.5

Earnest Money Deposit in the form of Demand Draft/Bank Guarantee or Bank Guarantee of any nationalized Bank located at Ahmedabad and payable to Municipal Commissioner,

Page 3 of 40

Ahmedabad for Rs.6,00,000/- ( Rs. Six Lacs Only.) All the tenderers have to submit the earnest money along with the tender document. 1.6

The Earnest Money Deposit of all the bidders except first lowest, second lowest and third lowest will be returned within 30 days.

1.7

The successful tenderer shall have to pay security deposit worth 5% of the contract value in the form of Demand Draft / Bank Guarantee as approved form in section - V. The security deposit shall be payable as under: •

5% in Demand Draft / Bank Guarantee before signing the contract.



Over and above, the contractor shall have to give Performance Guarantee worth 5% of the Contract Value in form of Bond as incorporated in the Tender Document.

1.8

The tender shall be accompanied with the Income tax return copy of the last three financial years.

1.9

Two sets (One Original + One Xerox copy) of tender documents (Volume I : Part-I, II, III) & Volume II including addendum if any), duly completed in all respects shall be submitted as described further, so as to reach at the following address on or before the date and time mentioned in tender notice. Tender - Officer Central Record Office, Ahmedabad Municipal Corporation Sardar Patel Bhavan, Sardar Patel Marg, Ahmedabad –380 001

1.10

1.11

The tenderer shall clearly state in the forwarding letter (in duplicate) to be enclosed with the tender documents, the deviations from General Terms and Conditions, if any with cross references. If no such letter is received, it will be presumed that the tenderer agrees entirely with the General Terms and Conditions. Tender Fees & Earnest Money Deposit in the form of Demand Draft/Bank Guarantee should be sealed in separate envelope and the same shall be enclosed along with Volume – I & drawings in Envelop – ‘A’ only (Technical Bid) (One original + One Xerox copy).

1.12

Volume – II (One Original + One Xerox copy) should be sealed in another separate envelope, marked envelope ‘B’ (Financial Bid).

1.13

Both envelops ‘A’ & ‘B’ should then be sealed in one large envelope. On all these envelopes, the name of tenderer, name of work as well as date of opening of the bid shall be written invariably.

1.14

The first envelope ‘A’ containing technical bids from the bidders received, will be opened in the presence of the bidder’s representatives; who choose to attend at the office of the Additional Chief Engineer (Electrical), Ahmedabad Municipal Corporation, Sardar Patel Bhavan, Khamasa Gate, Ahmedabad at the time and date mentioned in tender notice and the technical bids will be scrutinized by AMC for satisfying various eligibility criteria prescribed for the bidders for this work.

1.15

After this, the financial bids – Volume – II (envelope ‘B’) of the technically qualified tenderers only will be opened. The actual date of opening of financial bids will be communicated to technically qualified tenderers at a later date.

1.16

Tenders received without Tender Fees & Earnest Money will be considered as NonResponsive and will be rejected outright.

1.17

The conditional tender will not be accepted and will be rejected outright, unless, the nature of condition(s) put up by the bidder is acceptable to AMC. Any suggestions / alterations from the tender, if suggested in specifications, must be mentioned in the main forwarding letter.

Page 4 of 40

1.18

The tender shall be item rate tender. Tenderer shall be offered the rate for each item in figures. Sub total of each item and grand total shall be indicated both in figures and words in Volume-II of the tender document (Financial Bid). The tenderer shall also work out the total tender amount and shall write this tender amount in words and figures as per the item rate.

1.19

Acceptance of the tenders will rest with the Municipal Commissioner, who does not bind himself to accept the lowest tender and reserves the right to reject any or all tenders without assigning any reason thereof.

1.20

The tender for the work shall remain open for a period of 120 days from the last date of submission of the tender and the tenderer shall not be allowed to withdraw or modify the offer on his own during this period any modifications or additions in terms and conditions of his tender not acceptable to the Additional Chief Engineer (Electrical) Light Department Ahmedabad Municipal Corporation shall without prejudice to any right or remedy, be at liberty to forfeit in full the said earnest money absolutely.

1.21

Incomplete tender which does not fulfill any of the above conditions will be liable for rejection. Tender will also be liable to be rejected if – i)

The tenderer proposes any alteration in the work specified or in the time allowed in carrying out the works or make corrections in Schedule of Quantities.

ii)

Any of the page or pages in the tender is / are removed or replaced.

iii)

The rate of each item is not entered in ink, in figures in Financial Bid. Also the rate of sub total of each item and grand total is not written in word and figure and signed.

iv)

All corrections, additions or pasted slips are not initialed by the tenderer.

v)

Any erasure is made in the tender.

vi)

The tenderer or in the case of a firm, each partner or the person holding the power of attorney thereof does not sign or the signature(s) is (are) not attested by the witness, wherever it is required.

vii)

Tender Fees & Earnest money for required amount is not paid with the tender.

viii)

The tenderer returns the tender document without signing relevant pages of the bid and amendments, if any.

ix)

Data sheet by the bidder in Part – I must be furnished.

1.21

In the event of a discrepancy between description in words and figures in total offered amount by the tenderer, the description in words shall prevail.

1.22

In the event of any calculation error found in the bid of submission, the rate will be considered as final and accordingly the amount will be corrected.

1.23

The AMC reserves the right to reject all the tenders of the lowest or any other tender which is the judgment of the AMC and also does not appear to be in its best interest and the tenderers shall have no cause of action or claim against the AMC of its officers, employees, successors for assignees for rejection of its tender.

1.24

It must be clearly and distinctly understood that the conditions of contract and specifications shall be rigidly enforced and no relaxation on the grounds of customs prevailing shall be allowed.

1.25

The quoted rates in the Financial Bid (Volume – II) shall be inclusive of all taxes, duties, custom duties etc. and no claim in this context shall be entertained. Contractor shall not be paid any extra due to increase in any type of Government Taxes , custom duties, currency

Page 5 of 40

fluctuation including excise duty during implementation of contract. Any variations in taxes etc. shall be borne by the contractor. 1.26

It is considered that the tenderer has visited the site of work, fully acquainted himself with the local situations regarding materials, labour and other factors pertaining to work and studied the plans and estimates before submitting the tender.

1.27

It will be the responsibility of the bidder to arrange for necessary import license and clearance of Govt. of India in time, if required, so that the imported plant or equipment could be utilized for the proposed work. The bidder has to assure AMC that he is in a position to import the plant or equipment at the time of commencement of proposed work.

1.28

In the event of a discrepancy between description in words and figures in total offered amount by the tenderer, the description in words shall prevail.

1.29

In the event of any calculation error found in the bid of submission, the rate will be considered as final and accordingly the amount will be corrected.

1.30

The work is to be completed in all respects as per the time schedule from the date of written order to be commencing the work. Within this period, the contractor shall take approval of all documents & drawings and as per tender specification.

1.31

All the cost of testing and inspection will be borne by the tenderer.

1.32

The tenderer shall carefully read the eligibility criteria, given in " INSTRUCTIONS TO TENDERERS "clause 15, furnish the details and satisfy the same; otherwise the tender will be rejected without assigning any reason.

1.33

This notice will form part of the Contract.

1.34

Tender documents can be downloaded from AMC website www.egovamc.com and tender fees Rs.12000/- by DD (in favour of Municipal Commissioner payable at Ahmedabad ) submitted along with the tender submission. Last date of tender submission will be on 21st FEB 2012 up to 02.00 hours. Tender (only technical bid) will be opened on same date: 21st FEB 2012 at 04.00 hours at the office of , Tender – Officer, Central Record Office, Ahmedabad Municipal Corporation, Sardar Patel Bhavan, Sardar Patel Marg, Ahmedabad – 1, Gujarat (INDIA)

1.35

The Municipal Commissioner reserves the right to terminate the contract at any time during the contract period if the work is not found satisfactory.

Signature of Tenderer :

Additional Chief Engineer (Electrical)

Name

:

Company’s seal

:

Date

:

Ahmedabad Municipal Corporation

Date

:

Page 6 of 40

SECTION – I INSTRUCTIONS TO TENDERERS 1.0

Note

1.1

These instructions are provided to assist tenderers while preparing their tenders. .

2.0

Invitation to Tender

2.1

The Additional Chief Engineer (Electrical), AMC for and on behalf of the Ahmedabad Municipal Corporation, Ahmedabad, hereinafter referred to as the AMC, will receive tenders for the To Design Engineering Manufacture, Test, Supply, Handling, Installation, Testing & Commissioning of Complete Air Conditioning System , Operating for 5 years and Comprehensive Maintenance Contract for 3 Years at " LG Hospital “ at Maninagar, Ahmedabad according to the specifications and Schedule of Quantities and Rates in the tender documents herewith attached.

2.2

Tenders will not be accepted after the hour and date fixed for receiving of tenders. Telegraphic tenders will not be accepted under any circumstance. Tenders received after the hour and date so fixed will not be considered. Tenders will be received by RPAD / speed post / Hand delivery on or before due date and time as mentioned in tender notice. Tenderer’s authorized representatives may attend the tender opening. The tenders shall be opened at the date and time as mentioned in tender notice.

2.3

However, the AMC reserves the right to reject all the tenders or the lowest or any other tender which in the judgment of the AMC does not appear to be in its best interest, and the tenderer shall have no cause of action or claim against the AMC or its officers, employees, successors or assignee for rejection of its tender.

2.4

The AMC does not bind himself to accept the lowest or any tender. If the tenderer wishes to offer discount in the event of the entire work he shall state so in the tender.

2.5

Tender documents are not transferable.

3.0

Tender Validity Period

3.1

The tender shall be kept valid for acceptance for a period of One hundred Twenty (120) calendar days from the last date of submission of the tender.

4.0

Language of Tender

4.1

Tenders shall be submitted in English, and all information in the tender shall be in English. Information in any other language shall be accompanied by its translation in English. Failure to comply with this may disqualify a tender. Only English text shall be governing.

5.0

Content of Tender Documents

5.1

The goods required, tendering procedures and contract terms are prescribed in the Tender Document. In addition to the Invitation for Tenders, the Tender Document includes: (a) Instructions to Tenderer (b) General Conditions of Contract (c) Special Conditions of Contract (d) Scope of Works (e) Technical Specifications

Page 7 of 40

(f) Price Schedules (g) Tender Form (h) Tender Security Form (i) Contract Form; and (j) Performance Security Form The Tenderer is expected to examine all instructions, forms, terms and specifications in the Tender Document. Failure to furnish all information required by the Tender Document or submission of a Tender not substantially responsive to the Tender Document in every respect will be at the Tenderer’s risk and may result in the rejection of their Tender. 6.0

Earnest Money Deposit

6.1

A Demand Draft/Bank Guarantee of Rs. 6,00,000/- ( Rs. Six Lacs ) drawn on nationalized banking in favour of Municipal Commissioner Ahmedabad shall be attached with the tender.

6.2

Tender not accompanied by Earnest Money as required shall be rejected as non-responsive.

6.3

If during the tender validity period, the tenderer withdraws his tender or the successful tenderer fails to accept the contract within 15 calendar days after receiving notice of the award of contract and fails to submit security deposit, the earnest money shall be forfeited and the tenderer may be disqualified from tendering for further works with the Ahmedabad Municipal Corporation.

6.4

After the awarding of contract has been finalized, the Earnest Money will be returned to the respective tenderer, with the exception of the successful tenderer.

6.5

The successful tenderer’s earnest money will be retained as security after signing the contract and for making of the contract deposit.

6.6

No interest will be paid on any tender deposit.

7.0

Income Tax Return

7.1

In case of domestic tenderers, the tender must be accompanied by an Income-Tax clearance Certificate for the last three financial years. In case it is not possible to furnish such a certificate, the tenderer should submit with the tender, information regarding the Income-tax, circle or ward of the district in which he is assessed for Income Tax, reference number of the assessment and the assessment year. If a tender is submitted without complying with these requirements, it is liable to be rejected outright.

8.0

Submission of Tenders

8.1

Tenders shall be submitted together with the other documents that form the tender. In the event of a Contract, the tender and the documents attached thereto shall be considered as forming part of the Contract Documents.

8.2

Two sets (One Original + One Xerox copy) of tender documents duly completed in all respects shall be submitted as described in notice inviting tender in a sealed envelope so as to reach by at the following address on or before the date and time as mentioned in tender notice. The Tender Officer Central Record Office Municipal Corporation Sardar Patel Bhavan Danapith, Ahmedabad -380001

Page 8 of 40

8.3

The sealed envelopes tender document shall show on the outside, the name of the tenderer and his address.

8.4

The tender shall be considered non-responsive if Technical specifications (Volume-I) and Schedule of quantities (Volume-II) are not complete in all respect. Tenderers are requested to present the tenders well in time before stipulated date and time of receipt; so as to avoid rush at the closing hours.

8.5

The tender document shall be accompanied by the following documents:

(a)

DD for tender fee

(b)

The tender with duly signed.

(c)

Tenderer’s program for the different work (Work Schedule Plan)

(d)

A chart showing the estimated monthly labour force proposed for the execution of this contract.

(e)

The work completed by tenderer during last 3 years, he should submit satisfactory completion certificate from the owner.

(f)

A covering letter (in duplicate) stating any other matter in relation to this tender which the tenderer considers should be drawn to the particular notice of the AMC or Consulting Engineers if any. In addition, the original tender shall be accompanied by:

(g)

DD/BG for EMD

(h)

Schedule of quantity as per Volume – II accompanied with tender document in duplicate

8.6

Erasures and other changes shall be noted over by the initials of the person signing the tender.

9.0

General Performance Data

9.1

Tenderer shall present the following information along with their tenders in duplicate:

(a)

Evidence of financial capacity to execute a contract of this magnitude in terms of solvency certificate, annual turnover and price of same magnitude jobs carried out.

(b)

The bidders are requested to furnish requisite information to enable the competent authority to decide the technical and financial capability of the bidder, based on which, the bidder shall be evaluated.

(c)

Experience of similar works & equal magnitude with names of authorities for which the works were executed along with completion / performance certificate from the owner with specific mention that work is completed in time and it is completed satisfactorily.

(d)

List of current jobs of comparable nature along with starting date and likely completion dates with their contract values.

(e)

The extent of responsibilities carried by Contractors associated with the tenderer.

(f)

General detail of tenderers’ organization, management, staff and personnel, Facilities for design and execution.

9.2

Tenders will not be considered if the above information is not provided or is considered to be unsatisfactory.

Page 9 of 40

10.0

Signing of Tender Document

10.1

Tenderers are requested to quote the item rates and their total offered amount of the work and also sign the Schedule of Quantities in Part - III etc. after making appropriate inquiries wherever necessary.

10.2

If the tender is made by an individual, it shall be signed with his full name above his current address.

10.3

If the tender is submitted by a proprietary firm, it shall be signed by the proprietor above his name and the name of his firm with its current address.

10.4

If the tender is made by a limited company or a limited Corporation, it shall be signed by a duly authorized person holding the power of attorney for signing the tender, in which case, a certified copy of the power of attorney shall accompany the tender. Such limited Company or Corporation may be required to furnish satisfactory evidence of its existence before the contract is awarded.

10.5

The tenders from Contractors shall be accompanied by an attested copy of income-tax clearance certificate from the Income-tax Officer of the Circle for the previous financial year.

10.6

The tender submitted by Joint Venture is not acceptable.

10.7

All signatures in the tender documents shall be dated.

11.0

Interpretation of Documents

11.1

Tenderer shall carefully examine the Tender Documents and fully inform themselves as to all the conditions and matters which may in any way affect the work or the cost thereof. Should a tenderer find discrepancies in or omission from the specification or other documents, or should be in doubt as to their meaning, he should at once address a query to the Additional Chief Engineer (Electrical), AMC. Any resulting interpretation of the Tender Documents will be issued to all tenderer as an Addendum. Verbal clarification and/or information given by the Additional Chief Engineer (Electrical) , AMC shall not be binding on the AMC.

12.0

Errors and Discrepancies in Tenders

12.1

Should the Schedule of quantities and Rates submitted with the tender be found to contain errors, or discrepancies, the owner / engineer will not permit any bidder to change the substance or price of his bid after the bid opening. In case of discrepancy in the quoted rate and the corresponding amount the rate quoted in words in all cases shall govern. Also the bidder will not be permitted to correct or withdraw material deviations or reservations once bids have been opened.

13.0

Clarification of Tender Documents

13.1

A prospective Tenderer requiring any clarification of the Tender Document may notify the Purchaser in writing or by telex or fax at the Purchaser’s mailing address as indicated .The Purchaser will respond in writing to any request for clarification of the Tender Document which it receives no later than 30 days prior to the deadline for the submission of Tenders prescribed by the Purchaser. Written copies of the Purchaser’s response will be sent to all prospective Tenders who have purchased the Tender Document

14.0

Amendment of Tender Documents

14.1

Modifications of specifications and extension of the closing date of the tender, if required, will be made by an Addendum which will be put up on AMC website. These shall be signed and returned by the tenderer and shall form a part of the tender document.

Page 10 of 40

14.2

The tenderer shall not add to or amend the text of any of the documents except in so far as may be necessary to comply with the Addenda.

15.0

Eligible Tenderer This invitation for Tenders is open to all HVAC Manufaturing Companies ( Manufacturer of water cooled screw chillers ) who must have the following qualification :

15.1

Tender Eligibility Criteria

15.1.1 Qualification will be based on meeting all the following minimum pass / fail criteria regarding the bidder’s general and particular experience, personnel and equipment capabilities and financial position. The bidder should be Contractor with Ahmedabad Municipal Corporation / Baroda Municipal Corporation / Surat Municipal Corporation / State / Central Government, GWSSB(Gujarat), GWRTC(Gujarat) / Irrigation / Railways / Corporates. A copy of the work executed satisfactorily in any of the above institution must be attached with this tender. The AMC reserves the right to waive minor deviations, if they do not materially affect the capability of a bidder to perform the contract. Sub – contractor’s experience and resources shall not be taken into account in determining the bidder’s compliance with the qualifying criteria. 15.1.2 The bids received under this procedure shall be assessed and evaluated based on the Qualification Criteria and Evaluation Procedure prescribed hereunder. 15.2

Assessment Of Bids: Bid applications will normally be assessed using following process. The contract will only be awarded to technically qualified , financially sound and well experienced contractors on the following basis: (A)

Experience

(B)

Financial Capacity

(C)

Qualified staff / Dealer Network

(A)

Experience : The Bidder shall have successfully executed One similar types of Work and having minimum amount of Rs. 5 Cr ( Rs. 500 Lacs ) in single order OR Two similar type of works and having minium amount of work of Rs.250.00 Lacs in single order during last three years. Also the contractor must submit a completion / performance certificate from the owner with specific mentioning that work is completed in time and it is working satisfactorily.

(B)

Financial Capacity :

1.0

Average annual turn – over of last three years will be considered for evaluation. It should be Minimum Rs. 500.00 Lacs. Income from “Contractual Receipts” only will be taken into consideration.

2.0

The applicant shall have to submit audited annual reports / financial reports of last three years. Annual reports shall include the auditor’s certification & it must demonstrate the soundness of the bidder’s financial position, showing long-term profitability. Where necessary, the Employer will make enquiries with the bidder’s bankers.

3.0

Only Manufacturing Companies of Water Cooled Screw Chiller Units can apply for the Tender / Quote the Tender.

Page 11 of 40

15.3

Litigation History The bidder should provide accurate information on any litigation history or arbitration resulting from contracts completed or under execution by him over the last ten years. This should also include such cases, which are in process/progress. A consistent history of awards against the bidder or any partner of a joint venture may result in failure of the bid. In case the bidder has not provided such information and has come to the notice of the Authority, the tender will be rejected at whatsoever stage and in such case all the losses that will arise out of this issue will be recovered from the tenderer / contractor and he will not have any defense for the same.

15.4

Solvency Certificate:The bidder shall produce along with their tender a latest solvency nationalized bank for an amount of Rs. 120.00 lacs.

certificate of any

16.0

Evaluation of Tenders

16.1

For evaluation and comparison of bids, the following factors shall be considered.

i)

Qualification criteria for contractor as mentioned in the above clause no: 15 - Eligible Tenderers.

ii)

The costs of procurement of principal element of the work of similar magnitude executed earlier.

iii) The time of completion of this work, is essence contract. The work is to be completed within the time schedule given from the date of the work order given. iv) The reliability of the proposed execution of Air Conditioning work. v)

Deviations, if any.

vi) Technical competency & Product fulfilling the best energy efficiency criteria. The product with lowest Power Consumption per year & best COP ( Co efficient of Performance ) during operation shall be preferred & considered for evaluation. vii) Relative quality of previous jobs. viii) Organization set up. ix) Financial Capability.of the Contractor. 17.0

Policy for tenders under consideration

17.1

Tenders shall be deemed to be under consideration from the opening of tenders, until such time as an official announcement of award is made.

17.2

While tenders are under consideration, tenderer and their representatives, or other interested parties, are advised to refrain from contacting by any means any AMC personnel or representatives on matters relative to the tenders under study. The Engineer’s Representative, if necessary, will obtain clarification of tenders by requesting such information from any or all the tenderer either in writing or through personal contact, as may be necessary. The tenderer will not be permitted to change the substance of his tender after tenders have been opened. This includes any post tender price revision or major modification as defined in Clause No. 13. Non-compliance with this provision is a cause for disqualification.

18.0

Cost of Tendering

18.1

The Tenderer shall bear all costs associated with the preparation and submission of its Tender and Ahmedabad Municipal Corporation (AMC), hereinafter referred to as “the Purchaser”, will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the Tendering process.

19.0

Award of Contract

19.1

Notification of award will be made in writing to the successful tenderer.

Page 12 of 40

19.2

The Contract will be awarded to the technically and financially qualified and competitive tenderer offering the lowest overall evaluated tender or tenders in conformance with technical & commercial specifications. Evaluation of tenders and policy for tenders under considerations, mentioned earlier.

19.3

A responsive tender is one which accepts all the terms and conditions of the Tender Documents without any major modifications. A major modification is one which affects in any way the price, quality, quantity or completion of works or which limits in any way, any responsibilities or liabilities of the tenderer or any rights of the AMC, as specified in the Tender Documents. The AMC may waive any minor informality in a tender which does not constitute a major modification. However, the failure of successful bidder to pay ‘Security Deposit’ and signing the contract shall constitute sufficient grounds for annulment of the award of contract and forfeiture of the earnest money deposit, in which case the Owner/Engineer may award the contract to the next lowest evaluated responsive bidder. In the event of not finding any such bidders, the employer is empowered to call for new bids.

20.0

Signing of Contract

20.1

The successful tenderer shall be required to execute the Contract within 15 days of receipt of intimation to execute the Contract. If the contractor will not pay security deposit and will not sign agreement within 15 days after issuing the first letter from the authority of AMC, his EMD shall be forfeited and such tenderer shall be disqualified for getting further any work in AMC. Also their registration will be kept in abeyance for three years.

20.2

The person to sign the contract documents shall be the persons as detailed in tender document i.e. signing of tender documents.

21.0

Stamp Duty and Legal Charges

21.1

It shall be incumbent on the successful tenderer to pay stamp duty on the contract and legal charges for preparation of the contract agreement.

22.0

Tender Security

22.1

Tenderer shall furnish, as part of its Tender, Tender security for the amount as indicated in the form and it shall be submitted in cover with tender.

22.2

The Tender security is required to protect the Purchaser against the risk of Tenderer’s conduct which would warrant the security’s forfeiture

22.3

The Tender security shall be denominated in the currency of the Tender. A bank guarantee issued by a bank acceptable to the Purchaser, in the form provided in the Tender Document and valid for 30 days beyond the validity of the Tender.

22.4

Any Tender not secured in accordance with above clause no: 22.1 to 22.3 will be rejected by the Purchaser as non responsive, pursuant to Clause 22.

22.5

The successful Tenderer’s Tender security will be discharged upon the Tenderer executing the Contract & furnishing the performance security.

22.6

The Tender security may be forfeited :

a)

if a Tenderer withdraws its Tender during the period of Tender validity specified by the Tenderer on the Tender Form’ or

b)

in the case of successful Tenderer, if the Tenderer fails: to sign the Contract in accordance with Clause 24 ; or to furnish performance security in accordance with Clause 24

22.7

No interest will be paid on Tender security.

Page 13 of 40

23.0

Period of Validity of Tenders

23.1

Tenders shall remain valid for 120 days after the date of Tender opening prescribed by the Purchaser, pursuant to Clause 17. A Tender valid for a shorter period i.e. less than 120 days may be rejected by the Purchaser as non-responsive.

23.2

In exceptional circumstances, the Purchaser may solicit the Tenderer’s consent to an extension of the period of made in writing (or by fax / telex). The Tender security provided under Clause 22 shall also be suitably extended. A Tenderer may refuse the request without forfeiting its Tender security. A Tenderer granting the request will not be required nor permitted to modify its Tender.

24.0

Performance Security

24.1

Within 15 days after the Tenderer’s receipt of notification of award of the Contract, the Tenderer shall furnish performance security to the Purchaser in the amount specified in the Special Conditions of Contract.

24.2

The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.

24.3

The performance security shall be denominated in Indian Rupees and shall be in the following forms:

24.4

A bank guarantee or irrevocable Letter of Credit issued by a bank acceptable to the Purchaser, in the form provided in the Tender Documents or another form acceptable to the Purchaser.

24.5

The performance security will be discharged by the Purchaser and returned to the Tenderer not later than 30 days following the date of completion of the Tenderer’s performance obligations, including any warranty obligations, under the Contract.

Signature of Tenderer

:

Additional Chief Engineer (Electrical)

Name

:

Ahmedabad Municipal Corporation

Company’s seal

:

Date

:

Page 14 of 40

SECTION – II GENERAL CONDITIONS OF CONTRACT 1.0

DEFINITIONS

1.1

In this Contract, the following terms shall be interpreted as indicated:

(a)

“The Contract” means the agreement entered into between the Purchaser and the Tenderer, as recorded in the Contract Form signed by the parties. Including all attachments & appendices thereto and all documents incorporated by reference therein;

(b)

“The Contract Price” means the price payable to the Tenderer under the Contract for the full and proper performance of its contractual obligations;

(c)

“The Goods” means all of the equipment, machinery, and / or other materials which the supplier is required to supply to the Purchaser under the Contract;

(d)

“Services” means services ancillary to the supply of the Goods, such as transportation & insurance, and any commissioning, provision of technical assistance, training and other such obligations of the Tenderer covered under the Contract;

(e)

“The Purchaser” means the Organization purchasing the Goods; and

(f)

“The Tenderer” means the individual or firm supplying the Goods under this Contract.

2.0

APPLICATION

2.1

These General Conditions shall apply to the extent that they are not superseded by provisions in other parts of the Contract.

3.0

STANDARDS

3.1

The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when no applicable standard is mentioned, to the authoritative standard appropriate to the Good’s country of origin and such standards shall be the latest issued by the concerned institution.

4.0

USE OF CONTRACT DOCUMENTS AND INFORMATION

4.1

The Tenderer shall not, without the Purchaser’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Tenderer in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

4.2

The Tenderer shall not, without the Purchaser’s prior written consent, make use of any document or information enumerated in Para 4.1 except for purposes of performing the Contract.

4.3

Any document, other than the Contract itself, enumerated in Para 4.1 shall remain the property of the Purchaser and shall be returned (in all copies) to the Purchaser on completion of the Tenderer’s performance under the Contract, if so required by the Purchaser.

5.0

PATENT RIGHTS

5.1

The Tenderer shall indemnify the Purchaser against all third-party claims of infringement of patent, trademark or industrial design rights arising from use of the Goods or any part thereof in India.

Page 15 of 40

6.0

PERFORMANCE SECURITY

6.1

Within 15 days after the Tenderer’s receipt of notification of award of the Contract, the Tenderer shall furnish performance security to the Purchaser in the amount specified in the Special Conditions of Contract.

6.2

The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Tenderer’s failure to complete its obligations under the Contract.

6.3

The performance security shall be denominated in Indian Rupees and shall be in the following forms: A bank guarantee or irrevocable Letter of Credit issued by a bank acceptable to the Purchaser, in the form provided in the Tender Documents or another form acceptable to the Purchaser.

6.4

The performance security will be discharged by the Purchaser and returned to the Tenderer not later than 30 days following the date of completion of the Tenderer’s performance obligations, including any warranty obligations, under the Contract.

7.0

INSPECTIONS AND TESTS

7.1

The Purchaser or its representative consultant shall have the right to inspect and / or to test the Goods to confirm their conformity to the Contract. The special conditions of contract and / or the Technical Specification shall specify what inspections and tests the Purchaser requires and where they are to be conducted. The Purchaser shall notify the Tenderer in writing of the identity of any representatives retained for these purposes.

7.2

The inspections and tests may be conducted on the premises of the Tenderer or its subcontractor(s), at point of delivery and / or at the Good’s final destination. Where conducted on the premises of the Tenderer or its subcontractor(s), all reasonable facilities and assistance (including access to drawings and production data) shall be furnished to the inspectors at no charge to the Purchaser.

7.3

Should any inspected or tested Goods fail to conform to the Specifications, the Purchaser may reject them and the Tenderer shall either replace the rejected Goods or make all alterations necessary to meet specification requirements free of cost to the Purchaser.

7.4

The Purchaser’s right to inspect, test and, where necessary, reject the Gods after the Good’s arrival in India shall in no way be limited or waived by reason of the Goods having previously been inspected, tested and passed by the Purchaser or its representative prior to the Goods’ shipment from the country of origin.

7.5

Nothing in above clause shall in any way release the Tenderer from any warranty or other obligations under this Contract.

8.0

PACKING

8.1

The Tenderer shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Good’s final destination and the absence of heavy handling facilities at all points in transit.

8.2

The packing, marking and documentation within and outside the package shall comply strictly with such special requirements as shall be expressly provided for in the Contract and, subject to Clause 16, in any subsequent instructions ordered by the Purchaser.

Page 16 of 40

9.0

DELIVERY AND DOCUMENTS

9.1

Delivery of the Goods shall be made by the Tenderer in accordance with the terms specified by the Purchaser in its Scope of Work and the Special Conditions of Contract.

10.0

INSURANCE

10.1

The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the Special Conditions of Contract.

11.0

TRANSPORTATION

11.1

Where the Tenderer is required under the Contract to deliver the Goods, FOB, transport of the Goods, up to and including the point of putting the Goods, up to and including the point of putting the Goods on board the vessel at the specified port of loading, shall be arranged and paid for by the Tenderer, and the cost thereof shall be included in the Contract Price.

11.2

Where the Tenderer is required to effect delivery under any other terms, for example, by post or to another address in the source country, the Tenderer shall be required to meet all transport and storage expenses until delivery.

12.0

WARRANTY

12.1

The Tenderer warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models & incorporate all recent improvements in design & materials unless provided otherwise in the Contractor. The Tenderer further warrants that the Goods supplied under this Contract shall have no defect arising from design, materials or workmanship (except insofar as the design or material is required by the Purchaser’s Specifications) or from any act or omission of the Tenderer, that may develop under normal use of the supplied Goods in the conditions obtaining in India.

12.2

This warranty shall remain valid for 24 months after the Goods, or any portion thereof as the case may be, have been delivered and commissioned to the final destination indicated in the Contract, or for 18 months after the date of shipment from the port of loading in the source country, whichever period concludes earlier, unless specified otherwise in the Special Conditions of Contractor.

12.3

The Purchaser shall promptly notify the Tenderer in writing of any claims arising under this warranty.

12.4

Upon receipt of such notice, the Tenderer shall, with all reasonable speed, repair or replace the defective Goods or parts thereof, without additional costs to the Purchaser other than, where applicable, the cost of inland delivery of the repaired or replaced Goods or parts from the port of entry to the final destination.

12.5

If the Tenderer, having been notified, fails to remedy the defect(s) within a reasonable period, the Purchaser may proceed to take such remedial action as may be necessary, at the Tenderer's risk and expense and without prejudice to any other rights which the Purchaser may have against the Tenderer under the Contract. In Warranty Maintenance :

12.6

The contractor will give routine services for once in a month a minimum.

12.7

The contractor will attend all the preventive and break down maintenance call with out any labor or part charges.

13.0

PAYMENT

13.1

The method and conditions of payment to be made to the Tenderer under the Contractor shall be specified in the Special Conditions of Contract.

Page 17 of 40

13.2

The Tenderer’s request(s) for payment shall be made to the Purchaser in writing, accompanied by an invoice describing, as appropriate, the Goods delivered and Services performed, and by shipping documents submitted and upon fulfillment of other obligations stipulated in the contract.

13.3

The currency in which payment is made to the Tenderer under this Contract shall be Indian Rupees

14.0

DEVIATION IN PAYMNENT SCHEDULE

14.1

Tenderer must adhere to payment schedule of AMC outlined in the Special Condition of Contract. Tenders will be evaluated on the basis of this base price.

15.0

PRICES

15.1

Prices charged by the Tenderer for Goods delivered and Services performed under the Contract shall be fixed price without any price adjustment.

16.0

CHANGE ORDERS

16.1

The Purchaser may at any time, by a written order given to the Tenderer pursuant to Clause 29, make changes within the general scope of the Contract in any one or more of the following: (a) (b) (c) (d)

Drawings, designs or specifications, where Goods to be furnished under the contract are to be specifically manufactured for the Purchaser; The method of shipment or packing; The place of delivery and The Services to be provided by the Tenderer.

16.2

If any such change causes an increase or decrease in the cost of, or the time required for, the Tenderer’s performance of any part of the work under the Contract, adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Tenderer for adjustment under this clause must be asserted within thirty (30) days from the date of the Tenderer’s receipt of the Purchaser’s change order.

17.0

CONTRACT AMENDMENTS

17.1

Subject to Clause 16, no variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties.

18.0

ASSIGNMENT

18.1

The Tenderer shall not assign, in whole or in part, its obligations to perform under the Contract, except with the Purchaser’s prior written consent.

19.0

SUBCONTRACT

19.1

The Tenderer shall notify the Purchaser in writing of all subcontracts awarded under the Contract if not already specified in his Tender. Such notification, in his original Tender or later, shall not relieve the Tenderer from any liability or obligation under the Contract.

20.0

DELAYS IN THE TENDERER’S PERFORMANCE

20.1

Delivery of the Goods and performance of Services shall be made by the Tenderer in accordance with the time schedule specified by the Purchaser.

20.2

An unexcused delay by the Tenderer in the performance of its delivery obligations shall render the Tenderer liable to any or all of the following sanctions : forfeiture of its performance security, imposition of liquidated damages, and / or termination of the Contract for default.

Page 18 of 40

20.3

If at any time during performance of the Contract, the Tenderer or its subcontractor (s) should encounter conditions impending timely delivery of the Goods and performance of Services, the Tenderer shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Tenderer’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Tenderer’s time for performance, in which case the extension shall be ratified by the parties by amendment of the Contract.

21.0

TERMINATION FOR DEFAULT

21.1

The Purchaser may, without prejudice to any other remedy for breach of contract, by written notice of default sent to the Tenderer, terminate the Contract in whole or in part:

22.0

FORCE MAJEURE

22.1

Notwithstanding the provision of Clauses 20 & 22 the Tenderer shall not be liable for forfeiture of its performance security, liquidated damages or termination for default, if and to the extent that, its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure.

22.2

For purposes of this clause, “Force Majeure” means an event beyond the control of the Tenderer not involving the Tenderer’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Purchaser either in its sovereign or contractual capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions and freight embargoes.

22.3

If a Force Majeure situation arises, the Tenderer shall and promptly notify the Purchaser in writing of such condition and the cause thereof, Unless otherwise directed by the its obligations under the Contract as far as reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event.

23.0

TERMINATION FOR INSOLVENCY

23.1

Every contractor shall, unless exempted in writing by the Concerned Engineer, produce along with his tender a solvency certificate of his financial ability from the collector of the District within which he resides or a Banker’s certificate. If he fails to produce such a certificate his tender will not be considered.

23.2

The Purchaser may at any time terminate the Contract by giving written notice to the Tenderer, without compensation to the Tenderer, if the Tenderer becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the Purchaser.

24.0

TERMINATION FOR CONVENIENCE

24.1

The Purchaser, may by written notice sent to the Tenderer, terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of work under the Contract is terminated, and the date upon which such termination becomes effective.

24.2

The Goods that are complete and ready for shipment within 30 days after the Tenderer’s receipt notice of termination shall be purchased by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect :

(a)

To have any portion completed and delivered at the Contract terms and prices; and / or

(b)

To cancel the remainder and pay to the Tenderer an agreed amount for partially completed Goods and for materials & parts previously procured by the Tenderer.

Page 19 of 40

25.0

RESOLUTION OF DISPUTES

25.1

The Purchaser and the Tenderer shall make every effort to resolve amicably by direct informal negotiation and disagreement or dispute arising between them under or in connection with the Contract.

25.2

If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the Tenderer have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanisms specified in the Special Conditions of Contract.

26.0

GOVERNING LANGUAGE

26.1

The Contract shall be written in the language of the bid, as specified by the Purchaser in the Instruction to Tenderes. Subject to Clause 28, that language version of the Contract shall govern its interpretation. All correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in that same language.

27.0

APPLICABLE LAW

27.1

The Contract shall be interpreted in accordance with the Indian laws.

28.0

NOTICES

28.1

Any notice given by one party to the other pursuant to the Contract shall be sent in writing (or by telegram / telex / fax and confirmed in writing) to the address specified for that purpose in the Special Conditions of Contract.

28.2

Any notice shall be effective when delivered or on the notice’s effective date, whichever is later.

29.0

TAXES AND DUTIE

29.1

Customs / import duty, excise duty, vat and any other taxes on finished products, sales tax on works contract and turnover taxes, Excise Duties, VAT, Service Tax, Custom Duties, Currency fluctuations etc.if any, paid by the Contractor under any central, state or local government rules and regulations will be included to the Contract Price.

30.0

CHILD LABOUR ACT :

30.1

No Contractor shall employ any child heaving age 5 years to 14 years, as it is prohibited by the Child Labour Prohibition and Regulation Act, 1986. The Hon. Supreme Court has given certain guidelines and as per the guidelines, if employment of child labour is detected on the site work, the employer i.e. the Contract shall have to deposit Rs. 20,000/- (Rupees Twenty Thousand only) in the Child Labour welfare Fund. If the employer refuses to deposit, then action will be taken for contempt of Court of the Supreme Court Judgment and also will be prosecuted by the concerned authority.

30.2

Because of the breach of any provision of the Child Labour Prohibition and Regulation Act, 1986, by the Contractor and for that Municipal Corporation has to pay any amount, then the Municipal Corporation shall recover the said amount from the Contractor.

31.0

PERFORMANCE GUARANTEE

31.1

The contractor has to give performance guarantee of 5% of the order value in form bank guarantee for the period of 24 months

32.0

BRAND NAMES

32.1

The make of equipments shall be as per attached list. If make of a particular item is not given in the tender, then prior approval of AMC for that make must be required

Page 20 of 40

32.2

Bidder must clearly mention make of Chiller, Split AC , Pumps , Cooling Towers , AHUs , VFDs, BAS System , Partitions , Ventilation Fans , Panels etc. and its catalogue no if any, name and full address of the manufacturers must be submitted with the tender.

33.0

EQUIPMENT FOR EXECUTION

33.1

To expedite the execution work, the contractor has to submit a complete list of equipment he proposes to deploy on this work along with the tender. Tenderer not complying with this requirement may be considered non-responsive and his tender is liable to be rejected.

34.0

INSURANCE:

34.1

The Goods supplied under the Contract shall be fully insured against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner specified in the Special Conditions of Contract.

34.2

This warranty shall remain valid for 24 months after the taking over of complete working AC System fully or any portion thereof as the case may be, have been delivered, erected and commissioned to the final destination indicated in the Contract, unless specified otherwise in the Special Conditions of Contractor.

35.0

EXTRA ITEM OF WORK

35.1

The extra work beyond tender item, if required to be executed during course of execution of regular work, that shall have to be carried out by the contractor as per the instructions and satisfaction of the Engineer–in-charge. This will be paid separately as per detail rate analysis made by the department based on market rate or prevalent SOR whichever is less.

35.2

If in the interest of the AMC it is necessary to change either any site or the design of the proposed work the Contractor shall carry out the same at his quoted rates without charging any extra and he will be paid at the rates quoted by him and no claim for extra amount for subsequent changes made will be entertained.

36.0

MEASURMENT OF WORK

36.1

The measurements of work will be taken according to the usual method in use in the Ahmedabad Municipal Corporation and no proposals to adopt alternative methods will be accepted. The Concerned Additional Chief Engineer’s decision as to what is ‘the usual method in use in the Ahmedabad Municipal Corporation’ will be final.

36.2

The Contractor shall submit all the bills on the printed forms to be had on application at the office of the Engineer-in-Charge. The charges to be made in the bills shall always be entered at the rates specified in the agreement or at the part/reduced rates subject to the approval by the Engineer-in-Charge in the case of items not completed/executed as per agreements or in the case of any extra work ordered in pursuance of these conditions and not mentioned or provided for in the tender, at the rate hereinafter provided for such work.

37.0

NO CLAIM TO ANY PAYMENT OR FOR RESTRICTION OF WORK: .

37.1

In the case of such delay in the supply of materials, Ahmedabad Municipal Corporation shall grant such extension of time for the completion of the works as shall appear to the Engineer-inCharge to be reasonable to accordance with the circumstances of the case. The decision of the Engineer-in-Charge as the extension of time shall be accepted as final by the Contractors.

37.2

Action and compensation in case of bad work : If, at any time before the expiry of defects Liability, period, it shall appear to the Engineer-in-charge or his sub-ordinate in charge of the work, that any work has been executed with unsound, imperfect or unskilled workmanship or with materials or inferior quality or that any materials or articles provided by him for the execution of the work are unsound, or of a quality inferior to that contracted for or are otherwise not in accordance with the contract, it shall be lawful for the Engineer-in-Charge to intimate this fact in writing to the Contractor and then notwithstanding the fact that the work,

Page 21 of 40

materials or articles complained of, may have been passed, certified and paid for, the Contractor shall be bound forthwith to rectify, or remove and reconstruct the work so specified in whole or in part as the case may require, or if so required shall remove the materials or articles so specified in whole or in part and provide other proper and suitable materials or articles at his own charge and cost, and in the event of his failing to do so within a period to be specified by the Engineer-in-charge in the written intimation aforesaid, the Contractor shall be liable to pay compensation at the rate of one percent on the amount of the estimate of the rectification for every day not exceeding ten days during which the failure so continues, and in the event of any such failure as aforesaid continuing beyond ten days, the Engineer-in-charge may rectify or remove, and re-execute the work or remove and replace the materials complained of, as the case may be at the risk and expense in all respects of the Contractor should the Engineer-in-charge consider that any such inferior work of materials as described above may be accepted or made use of, it shall be within his discretion to accept the same at such reduced rates as he may fix therefore, However, the contractor shall be responsible for normal maintenance of the work till the final bill for the work is prepared by the corporation officer. 38.0

Defect Liability Period (24 Months): The Contractor shall be responsible to make good and remedy at his own expense any defect which may develop or may be noticed before the period mentioned hereunder from the certified date of completion. The Engineer-in-charge shall give the Contractor a notice in writing about the defects and the Contractor shall make good the same within 15 days of receipt of the notice. In the case of failure on the part of the Contractor, the Engineer-in-charge may rectify or remove or re-execute the work at the risk & cost of the Contractor. The Engineerin-charge shall be entitled to appropriate the whole or any part of the amount of the security deposit towards the expenses, if any, incurred by him in rectification, removal or re-execution. The Defects Liability period shall be as under: (a) The period shall be 24 months from the date of taking over of complete AC

System.

39.0

SETTING OUT THE WORKS

39.1

The Contractor shall be responsible for the true and proper setting out of the works in relation to original points, lines and levels of reference given by the Engineer in writing or shown on the Drawings and for correctness, subject as above mentioned in the position, levels, dimensions and alignment of all parts of the works and for the provision of all necessary instruments, appliances and labour in connection therewith.

40.0

AMENITIES TO BE PRESERVED

40.1

The Contractor shall cause the least possible interference with the existing amenities, whether natural of man made. No tree shall be felled without permission of the Engineer’s Representative and clearance of the site shall generally be kept to the minimum necessary for the works and temporary works. Temporary works shall be sited so as minimize the number of trees to be felled. All necessary actions for any diversion of traffic shall be arranged by the contractor with all indicating signboards and fluorescent lighting system during night period.

40.2 41.0

SAFETY MEASURES AND SERVICES

41.1

The Contractor shall be responsible for the safety of all workmen and other persons entering or in the works and shall take all measures necessary to ensure their safety to the approval of the Engineer’s Representative. Reference in these respects shall also be made to the Conditions of Contract and safety provisions but in particular, such measures shall include the following :

(a)

Provision of proper safety and emergency regulations’ fire, gas and electric shock precautions, stretchers, first-aid box and fire extinguisher together with rescue facilities generally for each place of working :

Page 22 of 40

(b)

Provision of efficient safety helmets for all personnel including the Engineer’s Representative and each of his staff and any authorized visitors to site;

(c)

Safe control of water including provision of ample standby generating and pumping plant;

(d)

Provision and maintenance of suitable lighting to provide adequate illumination of works with appropriate spares and standby equipment;

(e)

Provision and maintenance of safe, sound mechanical equipment, each item of plant having an up-to-date testing certificates ;

(f)

Provision and maintenance of safe, sound, ropes, slings, pulleys and other lifting tackle, each appliance having an up-to-date testing certificate where appropriate;

(g)

Provision of notices 1.25 m x 1.5 m size written in bold letters in English, Gujarati and Hindi to be erected on existing footpaths and at points of access likely to be used by the pubic, which shall warn the public of the Works. These notices shall be in addition to any statutory requirements demanded of the Contractor.

41.2

Contractor shall provide and maintain at his own expenses all lights, guards, fencing and necessary watchmen when and where necessary or ad required by Owner / Engineer for the protection of the works or for the safety and convenience of those employed on the works and the public. Contractor shall also provide at his cost traffic barricades, men for diverting and controlling traffic, necessary sign boards for diversion of traffic. In the event of failure on the part of Contractor, Owner man with or without notice to Contractor put up a fence or improve a fence already put up or provide and/or improve the lighting or adopt such other measures as he may deem necessary, and all the cost of such work and procedures as may be adopted by Owner / Engineer shall be borne by Contractor. Maintenance of adequate warning and general lighting at nights a t place of work is essential.

41.3

Contractor shall take the necessary permission and clearance of all the authorities like department of Roads, traffic, Water Supply and Drainage; Electricity Board, Telephone Company, etc. Wherever necessary and observe the regulations regarding the execution of work in congested areas, heavy traffic areas, etc.

42.0

LIABILITY OF ACCIDENTS TO PERSONS: Responsibilities and liabilities of the contractor under Workmen’s Compensation Act.

(a)

On the occurrence of an accident, which results in death of workmen employed by the contractor or which is so serious as is likely to result in death of any such workmen, the Contractor, shall within 24 hours of happening of such accident(s) intimate, in writing, to the Engineer in charge the fact of such accident(s).

(b)

In the case of an accident, in respect of which compensation may become payable under Workmen’s Compensation Act, It must be payable by the Contractor only.

(c)

In any of such accident the contractor shall have sole responsibility of all the consequences like police case, accident compensation to the work man, hospitalized expense of the work man and any other implication may arise then after.

43.0

CLEARING SITE ON COMPLETION

43.1

On completion of the Works, the Contractor shall clear away and remove from the site all Constructional Plant, surplus materials, rubbish, Temporary Works of every kind and leave the whole of the site and the works clean and in a workmanlike condition to the satisfaction of the Engineer.

Page 23 of 40

43.2

The Contractor shall comply with the above requirements before the start of the Defects Liability Period and by the end of that period shall clear, regrade terrace, level topsoil and grass all his working areas as instructed by the Engineer’s Representative. No separate payment shall be made on his account.

Signature of Tenderer: Name : Company’s seal : Date :

Additional Chief Engineer (Electrical) Ahmedabad Municipal Corporation Date :

Page 24 of 40

SECTION – III SPECIAL CONDITIONS OF CONTRACT 1.0

GENERAL :

1.1

The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the General Conditions of Contract is indicated in bracket.

2.0

DEFINITIONS :

2.1

The Purchaser or Client is Ahmedabad Municipal Corporation (AMC)

2.2

Ahmedabad Municipal Corporation (AMC) shall mean the Purchaser.

2.3

‘Contractor / Supplier’ shall mean individual or firm or company undertaking the work and shall include their legal representative.

2.4

‘Engineer’ shall mean the officer or representative of the Ahmedabad Municipal Corporation (AMC) who may be authorized by Ahmedabad Municipal Corporation (AMC) to carry out the work.

2.5

‘The Engineer’s Representative’ shall mean any Engineer, Consulting Engineer, or Assistant to the Engineer appointed from time to time by the Engineer to perform the duties delegated.

3.0

PERFORMANCE SECURITY :

3.1

The Performance Security shall be in the amount of 5% of the Estimated Value in the form of bank guarantee for the period of 24 months.

4.0

DELIVERY AND DOCUMENTS :

4.1

The Supplier shall mail the following documents to the Purchaser :

5.0

(a)

Copies of the Supplier invoice showing Goods description, quantity, unit price, total amount.

(b)

Delivery note / railway receipt / truck receipt;

(c)

Manufacturer’s / Supplier’s guarantee certificate;

(d)

Inspection Certificate issued by the nominated inspection agency and the Supplier’s factory inspection report; and

(e)

Certificate of origin.

COMPLETION PERIOD : The total Work Completion Period will be strictly 150 Days from the Date of Work Order given.

6.0

PENULTY CLAUSE :

6.1

For SITC Work of HVAC Work : The Delayed Work Completion will attract Penalty @ 0.5 % per Month up to maximum of 10 % of total Contract Value.

6.2

For Annual Maintenance Contract : The Delayed Attendance of any Break Down calls i.e. if any Break down call will not be attended within 12 hours and not rectified within 24 hours from the time of complaint, Penalty will be charged @ Rs.1,000/- per Day.

Page 25 of 40

7.0

TERMS OF PAYMENT :

7.1

Payment for Goods and Services shall be made in Indian Rupees as follows :

7.1.1

For SITC of HVAC Work:

7.1.2

(a)

On Delivery : 60% of the contract price shall be paid on receipt of satisfactory Goods and upon submission of the documents from Architect & Consultants

(b)

On Installation : 10% of the contract price shall be paid on completion of mechanical Installation

(c)

On Testing of the electro mechanical system :: 20% of the contract price shall be paid on testing of the electro mechanical system.

(d)

Successful Commissioning On Final Acceptance : The remaining 10% of the contract price shall be paid to the Contractor after testing & commissioning of the complete system within Sixty (60) days from the date of the Acceptance Certificate for the completion of job order given against the submission of performance bank guarantee of the same amount.

For ANNUAL MAINTENANCE CONTRACT : The Payment Terms for the Annual Maintenance Contract and Operating Contract will be on Quarterly basis i.e. Payment will be made after completion of each quarter ( 3 months ) on equal sharing basis. The AMC period will start only after the completion of Defects Liability Period of 24 Months.

Signature of Tenderer: Name : Company’s seal :

Additional Chief Engineer (Electrical) Ahmedabad Municipal Corporation Date :

Date :

Page 26 of 40

Part - II Annexure - 1 TENDER FORM

Date : Contract No. : To, Add. Chief Engineer Ahmedabad Municipal Corporation Ahmedabad

Gentlemen, Having examined the Tender Documents, the receipt of which is hereby duly acknowledged, we , the undersigned, offer to Design Engineering, supply, deliver, Erect & commissioning of Air Conditioning system

in

conformity

with

the

said

Tender

Documents

for

the

sum

of

(

___________________________________ _____________) or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this tender. We undertake, if our tender is accepted, to commence delivery within 150 days and to complete delivery of all the items specified in the Contract within

/

/.

If our tender is accepted we will obtain the guarantee of a bank in a sum not exceeding ____ % of the contractor price for the due performance of the Contract. We agree to abide by this tender for a period for _____ days from the date fixed for tender opening as per the instructions to Tenderers and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal contract is prepared and executed, this tender, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any tender you may receive. Dated this __________________ day of _______________ 20 ___________

Page 27 of 40

Signature

(In the Capacity of)

Duly Authorized to sign tender for and on behalf of

(Name Of Tenderer)

Page 28 of 40

Annexure -2 TENDER SECURITY FORM

Whereas _______________________________________________________________ (hereinafter called “the Tenderer”) has submitted its tender dated ______ for the supply of ____________________________ (hereinafter called “the Tender”) ______________ ____________________________________ know all ___________________________ of ________________________________________ having our registered office at ____ ____________________________ (hereinafter called “the Bank”) are bound upto _____ _______________________________________ for which payment well and truly to be made to the said Purchaser, the Bank binds itself, its successors and assigns by these presents. Sealed with the Common Seal of the said Bank this ______________ day of __ ________________________ . The Conditions of this obligation are : 1.

If the Tenderer withdraws its Tender during the period of tender validity specified by the Tenderer on the Tender Form; or

2.

If the Tenderer having been notified of the acceptance of its tender by the Purchaser, during the period of tender validity : (a) fails or refuses to execute the Contract Form, if required, or (b) fails or refuses to furnish the Performance Security, in accordance with the instructions to Tenderer;

We undertake to pay to the Purchaser up to the above amount upon receipt of its first written demand, without the Purchaser having to substantiate its demand, provided that in its demand the Purchaser will note that the amount claimed by it is due to it owing to the occurrence of one or both of the two conditions, specifying the occurred condition or conditions. This guarantee will remain in force up to and including thirty (30) days after the period of tender validity, and demand in respect thereof should reach the Bank not later than the above date. ___________________ (Signature of the Bank)

Page 29 of 40

Annexure - 3 CONTRACT FORM

This Agreement made the ___________ day of ________, 20____ between (Name of Purchaser) of (Country of Purchaser) (hereinafter “the Purchaser”) of the one part and (Name of Supplier) of (City and Country of Supplier) hereinafter the “the Supplier” of the other part. Whereas the Purchaser is desirous that certain Goods and ancillary Services should be provided by the Supplier, viz. (Brief Description of Goods and Services and has accepted a tender by the Supplier for the supply of those Goods and Services in the sum of (Contract Price in Words and Figures) hereinafter “the Contractor Price”). NOW THIS AGREEMENT WITNESSED AS FOLLOWS : 1.

In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract.

2.

The following documents shall be deemed to form and be read and constructed as part of this Agreement viz.: (a) The Tender form and the Price Schedule submitted by the Tenderer; (b) The Schedule of Requirements ; (c) The Technical Specifications ; (d) The General Conditions of Contract; (e) The Special Conditions of Contract ; and (f) The Purchaser’s Notification of Award.

3.

In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4.

The Purchaser hereby will pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract. IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written.

Page 30 of 40

Signed, Sealed and Delivered by the said _______________________________________ (For the Purchaser) in the presence of __________________________________________________ Signed, Sealed and Delivered by the said _______________________________________ (For the Supplier) in the presence of __________________________________________________

Page 31 of 40

Annexure - 4 BANK GUARANTEE Of SECURITY DEPOSIT/ PERFORMANCE BANK GUARANTEE

In consideration of the Municipal Corporation of the city of Ahmedabad ( hereinafter to as the corporation) having agreed to exempt _____________________________________ (hereinafter referred to as “ the said Contract”) from the demand of earnest money in cash for the due fulfillment of the terms and conditions of the agreement made between the for ______________________________________________________________ (hereinafter referred to us “ the said agreement”) on production of Bank Guarantee for Rs. ______________ Rupess ______________________________________________ only. We __________________________________________________________________ Bank (hereinafter referred to as “Bank”) do hereby undertake to pay to the corporation as a amount not exceeding Rs. ______________________________ Rupess ______________________ ______________________________________________________ only on the demand from Corporation. Any such demand on the bank shall be conclusive as regards as amount due and payable by the bank under this guarantee. Howerver, liability of the bank under this agreement shall restricted to as amount not exceeding Rs. __________________________________ Rupess ______________________________________________________________________ only. We the bank further agree that the guarantee herein contain shall remain in full force and effect during the period that would be taken for the validity of the said bid and that it shall continue to e enforceable till all the dues of the Corporation under or virtue of the said agreement have been received by the bank from the Corporation. However unless the demand of claim under the guarantee is made to the bank in writing on or before the _____________ (specify the dame) the bank shall be discharged from all liabilities under this guarantee. With the bank further with Corporation shall have fullest liberty, without the concert of the bank without effecting in any manner it obligations herein under to vary and of the terms and conditions of the said agreement or extend time for validity by the said bid from time to time or to postpone for any time for any time or from time to time any of the powers exercisable by the Corporation against the side Contractor and to forebear to enforced any of the terms and conditions relating to the said agreement and the bank shall not be relieved from liability by reason of ny such variation, or extension granted to the contractor for any forbearance, at Contractor or by any such matter or thing whatsoever which the law relating to sureties would, but this provision, have the effect of so relieving the Bank. We ________________________________________________________________ the must undertake not to revoke the Guarantee during currency except with the previous concert of the Corporation in writing. Dated the __________________________ day of _________________________________ of 20 _____________. For ________________________________________ Bank. Principal (Contractor) Surety (Bank) Contract No.

And date of Contract

Page 32 of 40

Annexure - 5 STRUCTURE AND ORGANISATION OF FIRM

1.

Name of Applicant

2.

Nationality of Applicant

3.

Office Address Telegraphic Address Telephone No. Telex No. Fax No. E-mail Address

4.

Year and location of establishment

5.

The Applicant is a) An individual b) A proprietary firm c)

A firm in partnership

d) A limited company or Corp. (if a firm in partnership) 6.

Attach the organization chart showing the structure of the organization including the names of the Directors and position of officers.

7.

Number of years of experience a) As a Prime contractor (Contractor shouldering major responsibility) b) As sub-contractor (Specify main contractor)

8.

For how many years has your organization been in business of similar work under its present name? What were your fields when your organization was established?

9.

Were you ever disqualified / considered ineligible for similar works?

10

Whether any new fields were added to your organization? If, so, give details.

11.

Were you ever required to suspend execution for period of more than six months continuously after you started? If so, give the name of project and reasons thereof.

Page 33 of 40

12.

Whether you ever left the work awarded to you incomplete? (if so, give name of project and reasons for not completing work?)

13.

In how many of your projects penalties were imposed for delays? (Please give details)

14.

In which field of electrical / mechanical engineering do you claim specialization and interest?

15.

Give details of equipments, if any.

16.

Give details of your plans for subcontracting if any, in terms of percentage of works.

Signature of Tenderer: Name : Company’s seal :

Additional Chief Engineer (Electrical) Ahmedabad Municipal Corporation Date :

Date :

Page 34 of 40

Annexure - 6 FORM ‘A’ INCOME-TAX CLEARANCE CERTIFICTE 1. 2. 3. 4.

Names and style( of the Company, Firm, HUF or Individual) in which the applicant is assessed or assessable to Income-Tax and the addresses for the purpose of assessment: Names and addresses of all Companies, Firms or Associations or persons in which the applicant is substantially interested in his individual or fiduciary capacity. The Income-Tax Circle/ Ward/ District in which the applicant is assessed to Income-Tax. The following particulars are to be furnished concerning the Income-Tax Assessments for the preceding four years: (a) The total contract amount received during the preceding four accounting years ( give date of the closing day of the year being previous year). (b) Year Total Income-Tax demanded, Tax paid, Balance due Tax assessed Note: (i) Tax in Columns 3 and 4 should include all items viz. Income-Tax, Sales Tax, Surcharges, Excess Profit Tax and Port Tax, etc. (ii) If any tax remains unpaid, the reasons should be explained in an attached statement. (c) In case there has been no Income-Tax assessment in any year, whether returns have been submitted under section 22 (1) or 22 (2) or Tax has been paid in advance under Sections 18(A) (3) of the Act and f so, the amount of income returned for each year and tax for each of the four years mentioned above and the name of Income-tax Circle/Ward/District concerned where such returns have been paid. Give reasons why the income-tax is not assessed. (d) Whether any attachment or certificate proceedings pending in respect of the arrears. (e) The name and address of Branch(es), if any. I declare that the above information is correct and complete to the best of my information and belief. Signature of the Contractor Registered No. Address: Date: In my opinion, the assessee mentioned above has been doing everything possible to pay the tax demanded promptly and regularly and to facilitate the completion of the pending proceedings. This will remain valid for one year from the date of issue. Signature of the Income-Tax officer. Circle

Ward

Page 35 of 40

Annexure - 7 DETAILS OF THE WORKS OF SIMILAR TYPE AND MAGNITUDE CARRIED OUT BY THE TENDERER DURING LAST 3 YEARS PERIOD Sr. No.

Name of Work

Place and Country

Tendered Cost

Date of start

Note : Certificate of satisfactory completion of the work from the owner shall be given for each work.

Signature of the Tenderer with stamp Name : Company’s seal : Date :

Page 36 of 40

Date of Completion Prescribed date Actual date of of completion completion

Principal Features

Annexure - 8 DETAILS OF THE WORKS IN HAND AND WORKS TENDERED FOR AS ON THE DATE OF SUBMISSION OF THE TENDER. Sr. No

Name of Work

Place and Country

WORKS IN HAND Tendered Cost of work Cost remaining to be executed as on date

Anticipated Date of Completion

Tender Cost

WORKS TENDERED FOR Date when lated date & period of Completion decision is expected

Main features of the work

Signature of the Tenderer with stamp Name : Company’s seal : Date :

Page 37 of 40

Annexure - 9 DETAILS OF TECHNICAL PERSONNEL / DEALER WITH TENDERER WHO ARE PROPOSED FOR THIS CONTRACT. Sr. No.

Description of Category

Name

Qualification

Professional experience and details of works carried out

Since how long in service with tenderer

Remark

Note : The complete bio-data of each personnel with qualification and experience shall be furnished separately alongwith this schedule.

Signature of the Tenderer with stamp Name : Company’s seal : Date :

Page 38 of 40

Annexure - 10 INFORMATION REGARDING FINANCIAL CAPACITY OF THE TENDERER. Sr. No. 1.

Solvency

Details

2.

Annual turnover for last three years: (a) (b) (c) (d)

3.

Amount

Remarks Solvency certificate from a Bank or revenue officer of an amount of Rs.120.00 Lacs the tendered cost will have to be produced by the Contractor. Details of major contracts executed during these years shall be furnished.

2007-2008 2008-2009 2009-2010 2010-2011

Price of the biggest job carried out

Certificate from the owner in support of successful completion of work may be furnished.

Signature of the Tenderer with stamp Name : Company’s seal : Date :

Page 39 of 40

Annexure - 11 DETAILS OF THE EQUIPMENT IN POSSESSION OF THE CONTRACTOR AND THE EQUIPMENT HE PROPOSES TO BRING TO THE SITE FOR THIS WORK

Sr. No.

Type and Description of the Equipment & Capacity

Age and Approximate Value

Numbers the Tenderer has in possession

Numbers he proposes to bring on to site.

Tenderer hereby confirms that quantity and type of tools he will employ for execution

Signature of the Tenderer with stamp Name : Company’s seal : Date :

Page 40 of 40

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

PART III BASIS OF DESIGN TECHNICAL SPECIFICATIONS

HVAC TENDER DOCUMENT

Technical Specifications

1

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

1.0

EXECUTIVE SUMMARY LG Hospital at Maninagar , Ahmedabad has proposed to do integrated HVAC System for the hospital building . The areas to be air-conditioned for public comfort shall be Labs , Causality , OTs , Emergency , Speciality rooms , ICCU , Key Staff Areas etc for hospital building. The proposed building it completed in all respect of civil work and ready for the management to occupy. The system required to be designed for the minimum civil work and without affecting the elevation aesthetics of the building. Over and above the same , looking to the diverse and split operations of all the above facilities across the year , after computing the overall economies of operation and taking in to client’s ( AMC MET ) specific system requirement , also considering the over all OPEX and CAPEX costs for common vs. distributed AC systems, it is being considered to provide centralize water cooled chiller AC Systems for the facilities on Top two floors of critical condition requirement of ICUS and OT areas . And the lower floors mainly having comfort air conditioning requirement is proposed with Air Cooled Dx Split AC System. The Chilled water system shall be generating chilled water at a central location in Equipment Plant Room on the roof plant room. The non-diversified Air conditioning load for the Hospital and Medical College area comes to 377 Tons ; the loading is for peak ambient conditions for peak occupancy. FLOOR GROUND FIRST SECOND THIRD FORTH FIFTH SIXTH SEVENTH EIGTH NINTH TENTH TOTAL

HOSPITAL COOLING LOAD TR 50.5 0 0 0 0 0 0 0 70 86 171 377.5

CRITICAL LOAD TR

SYSTEM PROPOSED - HVAC TENDER TOTAL BUILDING DX CONVENTIONAL SPLIT AC

185

DX. CONVENTIONAL SPLITA AC WATER COOLED CHW SYSTEM WATER COOLED CHW SYSTEM

185

Dx System : 120 TR of Dx Split Air Conditioners are proposed to catter the lower floor from ground up to 8th floor. Chilled Water System : For the ninth and tenth floor of cirtical hospital areas , non diversified cooling load is 257 TR. Applying 78% diversity the chiller capacity comes to 200 TR To achieve cost economics and considering the diversified critical load requirement , 02 Nos. of 160TR Water Cooled Screw Chiller has been selected. In case of any one chiller is under break down , 100% critical areas can be kept in operation and the comfort areas can be compromised. The chiller shall be rated at duty point condition for Ahmedabad and with minimum C.O.P of 5.6 ( Shall have step less control capacity up to 10% capacity ). ECBC Compliance: The proposed HVAC system design complies to following ECBC norms (Code 2007) which shall be complied by bidder in their offered equipments: a. b. c.

Water Cooled Screw Chillers offered are having minimum COP of 5.0 and soft starter All cooling equipment operations are regulated based on indoor temperatures. VRD Fans for CTI Approved Cooling and Closed circuit Coolers (here Secondary zone pumps) have variable speed motors.

HVAC TENDER DOCUMENT

Technical Specifications

2

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

d. e. f. g.

Resistivity ( R ) of insulation material for pipes is more than 0.35 Soft-water used for condenser cooling systems Pressure independent dynamic flow control valve (PICV) which has 100% valve authority compared to conventional 2 way valves which have max. 50% authority. Under deck insulation having U VALUE OF 0.12 BTU/HR./DEG C

HVAC Energy Saving Strategies HVAC System being the major energy consumer at the facility, key energy saving features proposed in the system is as under •

Water Cooled System which has lower power consumption compared to Air Cooled Options ( Chillers / VRF / Dx Systems ) and provides acceptable Payback on capital cost w.r.t other options. the system OPEX is lower than all the other available options.



Zone Secondary variable speed pumping is implemented to achieve pumping power savings.



Two way auto dynamic pressure independent water balancing / control valves installed at each AHU stations, to primarily ensure maximum return water temperature and increase the Chiller efficiency operating at maximum possible Chilled water temperature differential across supply and return temperatures.



Smart AHUs with VFD for all OT and ICUs system



100% efficiency CTI approved cooling tower having fan on VFD being controlled by sump water temperature sensor.

2.0

SCOPE OF WORK AND BASIS OF DESIGN

2.1

BROAD SCOPE The scope of this Tender covers Engineering , Design, Manufacturing / Fabrication, Shop testing, Supply, Installation (including dismantling, lifting, shifting, assembling etc.), Site testing, and Commissioning of the following system components (confirming to tender specifications, relevant ASHRAE codes and in accordance with the requirements of Bill of quantities and approved drawings) for HVAC SYSTEM proposed for Hospital Building. HVAC JOB Scope Covers: SITC of Water Cooled Screw Chiller Based – Air conditioning System SITC of Air Cooled Dx Split Air Conditioning System SITC of Toilet Ventilation System SITC of Basement Ventilation System BMS Power Control Centre for Chiller Plant Room / OT / ICU and critical areas Controller for OT Equipment System Fresh Air Management in OT , all rooms and Lobbies and all common facilities Providing of Powder coated Modular Single Skin flush Cladding false ceiling with 83mm GI with 25mm Puff insulatation. Appointment of PMC Plant room roof fabricated structure for plant room weather protection Associated Civil work such as : Equipment Foundation Breaking and Making of required sized holes in brick work masonry for HVAC Piping/ Ducting Breaking and making of required sized cut outs in RCC slabs as per tender drawing at OT roof floor and finishing of the same with required leak proof masonry and fabrication work.

HVAC TENDER DOCUMENT

Technical Specifications

3

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Associated water proofing job at the above civil jobs. All quantities mentioned in the Bill of quantity are approximate and the contractor shall not be eligible for any claim due to any variation in / or omission of any item. Any extra item shall be calculated on the rate analysis basis approved by Consultant / OWNER. Operating of HVAC System for 2 years from the date of system commissioning and handing over Comprehensive Annual Maintanance Contract for 3 years after completion of 2 years of DLP. 2.2

BUILDING RELATED AIR CONDITIONING SYSTEM INFORMATION The Hospital building has 2 basement, Ground and 10 floors divided in to different areas as mentioned in the Area Wise Heat Load Summary Annexure II. Hence from the view point of Air Conditioning, all these areas are catered by different Air Handling Units or FCUs or Dx Split IDUs. The AHUs / FCUs shall be catered by distributed chilled water piping network. And Dx Split IDUs shall be catered by distributed ref. piping network. Location of AHUs, FCUs, Dx IDU and ODU , supply and Return air ducts shall be as per layouts shown; Rectangular ducts proposed with Flush Type Diffusers / Grill installed to ensure substantial air throws. For the areas other then OT and critical areas the return air is proposed loose through the false ceiling as shown in air distribution and ducting layouts. Plant Room, as shown in the layouts shall be located at roof level and shall be housing Water Cooled Screw Chillers, Chilled water / Condenser Water pump-sets. Cooling towers shall be located on roof of the hospital building to ensure adequate free air flow. Chilled water circulation shall be through Primary and Variable speed secondary circuits. AHUs shall be floor mounted / Loft Mounted / Ceiling Suspended Type and located as shown in the layout - and proposed Double Skinned type with 2 way auto dynamic pressure independent balancing cum control valve for energy savings. The Bidder shall be required to quote for total system and guarantee performance in terms of inside conditions as well as power consumption for the application intended. Comprehensive maintenance contract after 1 year warranty shall be proposed as a part of Schedule of Prices for bidder to quote as an option. Combination of Tube Axial fans & Jet Fans network proposed for basement ventilation system. Toilet ventilation is proposed with cabinet type centrifugal fans and inline fans. For specialty rooms treated fresh air is proposed as per ASHRAE standard

2.3

BASIS OF DESIGN & EQUIPMENTS An integrated Air-conditioning system is designed / proposed to maintain the temperature, humidity within specified tolerance and indoor air quality, within desired and comfortable conditions with proper air distribution within the AC area. Proposed system / system components offered shall have: Â

Higher efficiency & Co-efficient of Performance.

Â

Minimum power consumption, efficient parts load operation.

Â

Ease of operation and maintenance.

HVAC TENDER DOCUMENT

Technical Specifications

4

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

2.4

Â

Minimum vibration and noise level.

Â

Reliability, Simplicity, Compactness, Modularity and Interchangeability.

Â

Better Environmental protection and Indoor Air Quality.

CONSIDERATIONS On the basis of architectural drawings, and details available, following actual site conditions and the assumptions made for the load estimation and subsequent system design.

2.4.1

SITE PARAMETERS (INPUTS): a.

Unit

:

Hospital Building at Maninagar, Ahmedabad

b.

Client

:

Ahmedabad Municipal Corporation

c.

Location

:

Maninagar , Ahmedabad

d.

Application

:

Comfort Air-Conditioning / Special Application for OT and ICUs

e.

Geographic Location

:

23.02 Deg N Altitude 55 Mtr alt.

f.

Ambient Design conditions

:

DBT °F

WBT°F

Summer

110

78

Monsoon

90

83

Winter

60

51

(DBT: Dry Bulb Temperature, WBT: Wet Bulb Temperature.) g.

Inside Design Conditions

:

24 ± 2 °C & RH 55% ( No control )

As per ANNEXURE – II

2.4.2

21 ± 1 °C & RH 55%±5% ( Controlled )

h.

Occupancy

:

As per load Summary sheet Annexure II

i.

Equipment load – KW

:

As per load Summary sheet Annexure II

j.

Lighting load

:

As per load Summary sheet Annexure II

k.

Fresh Air standard

:

As per ASHRAE 62.1 – 2009 ( As per Load Summary Sheet Annexure)

AIR CONDITIONING SYSTEM DESIGN OUTPUT Based on the above inputs, the Peak HVAC Design Figures for the Hospital building areas are as under:

FLOOR GROUND FIRST SECOND THIRD FORTH FIFTH SIXTH SEVENTH EIGTH

HVAC TENDER DOCUMENT

HOSPITAL COOLING LOAD TR 50.5 0 0 0 0 0 0 0 70

CRITICAL LOAD TR

SYSTEM PROPOSED - HVAC TENDER TOTAL BUILDING DX CONVENTIONAL SPLIT AC

DX. CONVENTIONAL SPLITA AC

Technical Specifications

5

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

HOSPITAL COOLING LOAD TR 86 171 377.5

FLOOR NINTH TENTH TOTAL

2.4.3

CRITICAL LOAD TR

SYSTEM PROPOSED - HVAC TENDER TOTAL BUILDING

185

WATER COOLED CHW SYSTEM WATER COOLED CHW SYSTEM

185

BRIEF EQUIPMENT DETAIL : To suit the above requirement for 8/9and 10th floor, we have considered a diversity of 78 % in cooling load while maintained the CFM ratings for AHUs considering heavy latent load; OT AHUs are however, operated on Variable Speed Drives to optimize the CFM value dynamically during actual working conditions to have energy savings without any discomfort. Based on the above, we propose 3 nos. Water Cooled Twin circuit Screw Chillers each of 136 TR rating (2 working and 1 Stand by at peak loads) Balance details are as per Schedule 1 given below:

TOTAL NON DIVERSIFIED COOLING LOAD FOR 8TH /9TH AND 10TH FLOOR TOTAL DIVERSIFIED COOLING LOAD FOR CHILLER SELECTION @ 78% DIVERSITY TOTAL NON DIVERSIFIED CRITICAL LOAD TOTAL DIVERSIFIED CRITICAL COOLING LOAD FOR CHILLER SELECTION @ 85% DIVERSITY CHILLER SELECTION = 160 TR X 02 NOS. STAND BY FOR CRITICAL LOAD OVER ALL STAND % ( ON TOTAL DIVERSIFIED COLLING LOAD ) HVAC POWER DEMAND - PLANT ROOM PLANT

TR /USGP M

HEAD MT.

WATER COOLED SCREW CHILLER

160

PR. CHW PUMP

384

15

SEC. CHW PUMP ON VFD

357.5

36

COOLING WATER PUMP

640

24

C. TOWER - CTI APPROVED

BK W

4.5 10. 0 11. 9

SUITABLE FOR 29.2 DEG WBT/600 USGPM FLOW / 160 TR CHILLER / 32 DEG C OUT LET / 36 DEG C INLET TEMP.

MOTO R KW

QTY Workin SB g

257 200 185

TR TR TR

157

TR

320

TR

100% 80%

% TR

OPERATIO N KW

120

2

0

240

5.5

2

1

11

10

2

1

20

12.5

2

1

25

7.5

2

0

15

K W

311

CHW PLANT ROOM

EMERGE NCY KW

General Observations for compliance: i.

Location of Chillers and Plant Room Equipments, Air Handling Units and Related accessories is shown in the HVAC Layouts

ii.

All Equipment Starters for Plant room / OT / ICU / Sterile and Ventilation system, shall be BAS Compatible comprising of potential free contacts available for ON/Off and Trip status; ON/Off command relay and auto-manual provision with 2W/2P switch

HVAC TENDER DOCUMENT

Technical Specifications

6

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

3.0

EQUIPMENT & OTHER SPECIFICATIONS

3.1

WATER COOLED SCREW CHILLING MACHINE

3.1.1

SCOPE: Microprocessor Controlled Water – Cooled liquid Chiller shall be complete with multi screw compressor with lubrication and control system, evaporator, water cooled condenser, refrigerant control device, starter, operating panel and any other components necessary for a complete and operable chiller package with following specifications. Including manufacturer’s services for erection, testing, startup, training and providing necessary documentation and special tools for routine operation and maintenance. Refer to all Standards applicable to this item – List of BIS Codes. The design of the unit must comply with ASHRE latest Edition and ARI Standard.

3.1.2

TYPE: Microprocessor Controlled Water – cooled – Positive pressure – Screw packaged chiller.

3.1.3

REFRIGERANT: Refrigerant - such as HFC-134a / R-410 (alternative CFC free ref. chiller if offered - to be supported with performance documents by bidder in their bid )

3.1.4

PERFORMANCE:

™

CAPACITY:

Performance shall be rated as per design parameters indicated in Basis of Design. Capacity as described in BOQ.

:

160 TR – 02 Nos. ( 2 Working )

Preferred IKW/TR at 100% load

:

< 0.70

Preferred Minimum COP

:

> 5.0

Preferred Minimum IPLV

:

0.51 KW / TR

CHW entering Temp.

:

11.6 deg C

CHW leaving Temp.

:

6.6 deg C

Cooling Water Entering Temp

:

32 Deg C

Cooling water leaving Temp

:

36 Deg C

Fouling factor for the Evaporator

:

0.00025 British unit

Fouling factor for the Condenser

:

0.0005 British unit

Power supply

:

3 Phase, 440 V ± 10 %, 50 Hz.

Noise level

:

Not exceeding 75 db at 1.5 m. for water cooled chiller. (Acoustic treatment shall be provided to reduce the noise level)

Motor Starter

:

Soft Starter

HVAC TENDER DOCUMENT

Technical Specifications

7

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

™

OPERATION / CAPACITY CONTROL: Reliable, Stable operation Efficient part load operation as per ARI standard. Refrigerant flow control by self-actuating expansion valve COMPRESSOR: Screw type only

™

COMPRESSOR SHALL HAVE: Higher EER. Proper accesses to major wearing parts, main bearings & thrust bearings for maintenance. Class 5 or heavy class bearings shall be used. Oil separator, Positive pressure lubrication system. Statically and dynamically balanced Impeller. Capacity control by slide valve at the top of rotor section. Slide valve is fully extended over the rotors for full load.

3.1.5

LUBRICATION SYSTEM: Unit shall have Independent lubrication system to provide lubrication to all moving parts by a separate oil pump with heater in the oil sump and accessible thermostatically controlled water-cooled oil cooler.

™

EVAPORATOR / HEAT EXCHANGERS: MS Shell and Copper Tube type, Multiples pass, designed and constructed according to ASME code section VIII / Relevant BIS pressure vessel code with: Tubes enhanced externally replaceable and supported properly. Tube shall be rolled in and expanded in to tube sheets providing a leak-proof seal. Water side design pressure > 10 kg / cm² Refrigerant side design pressure > 21 kg / cm2 Reset type spring-loaded pressure relief valves according to ASHRAE safety code. Condenser shall be provided with dual relief valve including transfer valve. Chiller shall be insulated with multi layer minimum 10mm close shall polyvinyl/ equivalent thermal insulation material. The insulation shall be set in hot asphalt or any other compound recommended by the insulation manufacturer and shall be applied in layers staggering and sealing the joints. The insulation shall be applied in such a manner that water boxes and covers shall be removable without damaging it. Alternatively vinyl / nitrate polymer insulation can be used.

™

WATER COOLED CONDENSER: Coil shall be water-cooled with integral sub cooler, constructed of aluminum fins mechanically bonded to seamless copper tubes, which are then cleaned, dehydrated, and sealed. The water condensing coils must be tested for leakages of 1034 Kpa and a 3103 Kpa pressure test.

HVAC TENDER DOCUMENT

Technical Specifications

8

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

™

ACCESSORIES: Isolation valves for service of each equipment and system pump-down including suction service valve. Moisture indicating sight glass. Evaporator, suction line and any other component subject to condensing moisture shall be insulated with ¾ inch closed cell insulation. All joints and seams shall be carefully sealed to form a vapor barrier. Refrigerant and water Pressure / Temperature gauges shall be provided in the water line. Vents and drain shall be provided. Provide flow / Pressure switches factory mounted and wired for no operation with no flow. The contractor shall supply serrated rubber pads for field mounting under unit feet for vibration isolation.

™

PRIME MOVER: Electric Motor: Suitable for 3 Phases, 415 V ± 10 %, 50 Hz. Gas cooled motor with internal thermal overload protection devices embedded in the winding of each phase. Motor shall be compatible with the starting method specified and shall comply latest IEC code. The efficiency and power factor shall be higher at rated voltage and frequency and at the specified loads. Starting current at rated voltage and frequency shall not exceed 2 times of full load current at rated voltage and frequency. The motor shall be capable of successful operation when running at rated load with variations in voltage and frequency as follows:

I.

Within ± 10% of rated voltage with rated frequency.

II.

Within ± 5% of rated frequency with rated voltage.

III.

Combination variation in voltage and frequency of 10% (sum of absolute values) of the rated values, the frequency variation not exceeding 5% of rated frequency. Terminal box of sturdy construction shall provide enough space for terminating, connecting and earthing of PVC / XLPE - insulated aluminum conductor cable. All terminal boxes shall be located at the same side of the motor and have terminal and cable glands suitable for cables specified. The motor shall include following accessories and features

i.

Temperature detector in starter windings.

ii.

Platinum resistance temperature detector per bearing temperature detection.

™

MOTOR STARTER: Soft Starter here applicable

™

SPECIAL REQUIREMENTS:

1.

Chilled water flow switch shall be filled installed for detecting the low water flow.

2.

Noise reduction Kit for reducing the noise without impairing the performance of the chillers.

HVAC TENDER DOCUMENT

Technical Specifications

9

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

™

MICRO PROCESSOR LCD CONTROL PANEL:

A microprocessor based control panel with locked enclosure shall be fully wired and factory mounted on the chiller and has the following features: The display shall have a minimum of 160-chracter (4 lines by 40 characters) liquid crystal display and be backlit with a light emitting diode. Messages shall be in plain English language. Coded two or three character displays are not acceptable. Must have OPEN PROTOCOL with all BMS systems and easy operator interface. The following information shall be available on the display with simple entry on the keypad. Pressure and temperature gauges are not acceptable. • • • • • • • • • • • • • •

Entering and leaving chilled water temperatures. Entering and leaving condenser water temperatures. Evaporator suction, discharges condenser, and liquid temperatures. Suction and discharge superheat. Liquid sub cooling, evaporator & condenser approach temperatures. Evaporator, condenser and compressor lift pressure. Oil feed and sump temperature. Oil pump discharge and oil differential pressure. Motor amps and amps as a percent of rated load amps Hours of operation and number of starts time of last start and stop. Chilled water set point and reset temperature set point. Amp limit for manual and remote. Fault history for lasts 8 failures with date and time plus critical sensor values. Unit status: start up and shut down sequence, operational status.

The microprocessor shall either unload or shut down the compressor during an abnormal condition. At a minimum the following safeties shall be incorporated in the control system: • • • • • • • • • •

High and low discharge pressure. Low evaporator pressure High discharge temperature. Chilled or condenser water pump failure, flow interruption No evaporator or condenser water flow. High or low oil feed temperature. Low oil differential pressure. High motor temperature, low motor current. Starter fault, no starter transition. Sensor failure, specific to sensor.

Controller shall hold leaving chilled water temperature to within ± 0.5°C without hunting, droop, or overshooting. Controller shall be able to limit motor amps from 30% to 100% of RLA based on a keypad entry. The controller shall be able to reset chilled water temperature by controlling return chilled water temperature. The amount of reset shall be adjustable. Soft loading shall be provided to prevent the unit from operating at full load during pull down if desired. A time clock shall be incorporated to allow daily timed starts and stops and to allow for holidays and weekends. The control system shall have automatic restart after a power failure and not require a battery backup for memory continuity. A battery shall be provided for the time clock only. The controller shall be capable of starting and stopping chilled water and condenser water pumps. Digital programming of essential set points through a colour coded, tactile-feel keypad. Security access shall be provided to prevent unauthorized change of set points to allow local or remote control of the HVAC TENDER DOCUMENT

Technical Specifications

10

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

chiller, and to allow manual operation of the pre rotation vanes and oil pump. The chiller controller shall be provided with an RS – 232 (or RS – 485) port output for all system operating data, shutdown / cycling messages and a record of the last eight cycling or safety shutdowns to a remote printer (option). The control center shall be programmable to provide data logs to the printer at a set time interval. Control center shall be able to interface with a building automation system to provide remote chiller start/stop, reset of chilled water temperature, reset of current limit; and status messages indicating chiller is ready to start, chiller is operating, chiller is shut down on a safety requiring reset, and chiller is shut down on a recycling.

™

ERECTION:

Units shall be preferably factory charged (with the proper quantity and type of refrigerant and oil.). Units are tested again at site. Unit shall be installed according to manufacturer’s requirements, drawings, and instructions from engineer in-charge and proper co-ordination with electrical / control contractors. Provide Start up services for as long a time as is necessary to ensure proper operation of the unit, but in no case for less than five full working days. During the period of start up, the start up Technician shall instruct and train the owner’s representative for proper care and operation of the unit. The chilling machine shall be installed over a cement concrete platform and shall be adequately isolated as per manufacturer recommendations against transmission of vibrations to the building structure. For open type, Special attention shall be paid to the alignment of the drive and driven shafts; final alignment shall be checked at site in presence of the supervisor using a dial indicator. 3.2

COOLING TOWER:

3.2.1

SCOPE: CTI certified Cooling towers in accordance with requirements of Drawings and Bill of Quantities.

3.2.2

TYPE: Cooling Towers shall be induced draft, bottle type, and single cell in accordance with requirement of Drawings and of the Bill of Quantities.

3.2.3

FRP INDUCED DRAFT / FORCED DRAFT COOLING TOWER: Fiber-reinforced plastic Cooling Towers shall be suitable for outdoor use. Tower shall be vertical, induced draft, counter / cross flow type, fiber reinforcement plastic construction, in square / octagonal, complete with fan, motor, surface and spray section, eliminators, steel supports, and sound attenuation equipment where called for in Bill of Quantities. a. Capacity: The cooling tower capacities shall be as per the Drawings and Bill of Quantities. b. Side Casing: This shall be made out of FRP with minimum resistance to airflow. It shall have sufficient structural strength to adequately withstand high wind velocities and vibration. The casing shall be installed in the fiberglass-reinforced basin. The tower supporting structure shall be made out of hot dip galvanized frame. Air intake shall be all along the sides so that tower can be installed quite independent of prevailing wind direction. Anodized aluminum or PVC louvers integrated with fill shall be provided at air intake. Sufficient clearance between casing and water basin shall be provided to enable servicing and periodic cleaning. c.

Cold Water Basin: Cold water basin shall be a deep fiberglass reinforced sump on which cooling tower super structure shall be supported. (RCC suction tank with easily removable double brass strainers shall be provided with this basin, if separately specified in Bill of Quantities.) Basin fittings shall include the following:

HVAC TENDER DOCUMENT

Technical Specifications

11

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

i. ii. iii. iv. v. vi.

Bottom outlet. Screened suction assembly fixed to the casing. Drain at under side of suction side sheet. Overflow fixed to inside of casing side sheet. Ball type automatic makeup water valve. Equalizing connection.

d. Distribution System: Hot water distribution system shall comprise of HDG piping header and branch arms system with HDPE nozzle flow system. e. Fillings: Fillings shall be made of corrosion proof and rigid virgin PVC film in honey comb design and arranged in square / rectangular form or fill sheets shall be suspended from H.D.G steel structural tubing supported from the lower structure & shall be elevated above the floor of the cold water basin to facilitate cleaning and easy replacement. They shall be arranged in such a manner to ensure negligible resistance to air flow and to eliminate back water spots and prevent fouling through scales that may form. In order to reduce carry-over losses through entrapment of moisture drops in air stream, virgin PVC drift eliminator shall be installed. f.

Mechanical Equipment: Fan shall be of the propeller type cast AL alloy, light-weight rotor fitted with multiple aerofoil blades. The entire fan assembly shall be made of Al casting, statically and dynamically balanced. Fan shall be directly / gear-reducer driven by 415 ± 10% volts, 3 phase, 50 cycles, AC supply, 2 Speed, IP55, motor of approved make, totally-enclosed, fan-cooled, weather- proof construction, designed and selected to operate in humid air stream. Fan shall be protected by fan guard & shall be easily accessible for inspection and maintenance. A service ladder shall also be provided for greater convenience. The mechanical equipment assembly shall be adequately supported on a rugged steel base welded to tubular support assuring vibration-free support. Fan guard shall be provided to prevent birds from nesting during idling periods. Gear-reducer shall be of spiral bevel type. G.S.S / FRP canopy shall be provided over the fan motor for protection against rain water. Care shall be taken that fan air is not restricted. Motor terminal box shall be made water tight.

3.3

PUMPS

3.3.1

SCOPE: Water pumps shall conform to following Specifications and in accordance with requirements of Bill of Quantities.

3.3.2

TYPE: The type and size of all chilled water & condensing water pumps shall be in accordance with requirement of Drawings and Bill of Quantities. However the pumps shall be selected to have interchangeability of spares for similar requirements in order to reduce inventory. It is proposed to have Fixed Speed Primary Pumping and variable speed secondary pumping for chilled water circuits.

3.3.3

CAPACITY: Water flow rates and head of the pumps shall be in accordance with the requirements of Bill of Quantities.

3.3.4

PUMPSETS: The pumps for Chilled Water and Condenser cooling water shall be of end suction type, true backpull out and shall be supplied duly aligned with motors from the manufacturers works with base frame.

HVAC TENDER DOCUMENT

Technical Specifications

12

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

End suction pumps shall not be preferred for flow above 2800-3000 US GPM to avoid large radial thrust on the bearing and consequent damage on longer runs. Double suction type pumps shall be preferred for design ratings exceeding the GPM value mentioned above since such design balances out the radial thrust. •

Pump casing shall be close-grained cast iron of heavy section, Split, making possible complete servicing of rotating parts without breaking piping or motor connections. Suction passages shall be volute in form, promoting smooth entry to impeller and increased efficiency. Motor to pump connection shall be of the flexible coupling type.



Impeller shall be bronze, enclosed type, hydraulically balanced & passages smooth-finished for minimum friction and Maximum efficiency.



Shaft shall be steel, protected by gunmetal sleeves extending through stuffing boxes. Stuffing boxes shall be supported in ball /journal bearings, grease lubricated, contained in easily removable housing. Pumps shall be fitted with an air valve, two grease lubricators, drain plug and water seal connections.



Mechanical seal shall be used for chilled water pumps.



Motor shall be totally enclosed, fan-cooled, Class-B insulation, of approved make. The motor rating shall be such as to ensure non overloading of the motor throughout its capacity range including the pumps operating in parallel. Motor shall be suitable for 415 ± 10% volts, 3 phase, 50 cycles AC, and power supply.



Base shall be of a size suitable for the pump, motor and shaft and shall be constructed of cast iron or welded steel.



The pump set shall be provided duly aligned with motor and installed on the base frame form manufacturers works. A guard mounted on the common base shall protect flexible coupling.



Installation: The pump shall be installed on a concrete foundation as shown in Approved-forConstruction / execution / shop drawings.



Performance: All the pumps must perform according to selected duty point and respective performance curve. Pre-dispatch performance test and site performance test shall confirm the design / required performance.

SPECIFICATIONS FOR VARIABLE SPEED PUMPING SYSTEM Article I. A) Prequalification requirements The pumping package shall be assembled by the pump manufacturer who is actively engaged in basic design and construction of centrifugal pumps. The pump manufacturer shall assume "Unit Responsibility" for the complete pumping package. Unit responsibility shall be defined as responsibility for interface and successful operation of all system components supplied by the pumping system manufacturer. The manufacturer shall have a minimum of 20 years experience in the design and construction of variable speed pumping systems. The local representative / front end supplier of Chilled Water & /or CDS Cooling Water Variable Speed Pumping System (VSPS) must have relevant expertise in all aspects of design, application engineering, Installation, programming, interfacing, commissioning and after sales service. The front end supplier must have, as a minimum, commissioned 200 projects of secondary chilled water VSPS in India. HVAC TENDER DOCUMENT

Technical Specifications

13

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

a) Certifications and Listings The manufacturer shall be fully certified by the International Standards Organization per ISO 9001. Proof of this certification shall be furnished at time of submittal. Manufacturer shall be listed by Underwriter's Laboratories as a manufacturer of packaged pumping systems. Bidders shall comply with all sections of this specification relating to packaged pumping systems. Any deviations from this specification shall be bid as a voluntary alternate clearly defined in writing. If no exceptions are noted, the supplier or contractor shall be bound by these specifications. b) Scope of the Pumping System Package: The over all variable speed pumping system shall comprise of Pump mounted on base plate and coupled with motor duly aligned and dynamically balanced, variable speed controller, field instrumentation & adjustable frequency drives all integrated into a single package. Given below are broad design considerations and specifications for Pumps and allied system peripherals to be complied by the variable / fixed speed pumping system supplier. •

Broad Pump Design Compliances While the finer requirements of the type of pumps are mentioned in the Bill of quantities, the pump supplier is instructed to adhere to the following general selection criteria for all pumping applications covered in this tender. The intent is to ensure a minimum maintenance / long lasting performance and better efficiency selection. Pumps supplied shall confirm to flexible coupling design only; close coupled pumps or monoblock pumps shall not be accepted. The pump design shall be with internally self flushing chamber as against compressed stuffing box type pump volute in order to ensure better head removal ensuring better seal performance for a longer time. All pumps shall be supplied with Bronze impellers unless otherwise specified and preferably using the investment casting manufacturing process. Bearings used shall be regreasable type due to its longer life span and reduced maintenance. Pumping speeds shall be preferably 1450 Rpm; pumps selected at higher speeds shall require prior approval of the consultant. The base plate for the pumps shall be fabricated weld / structural steel baseplate enclosed on all four sides for simplified grouting. Formed steel plate design shall not be accepted. The pump shall be with True back pull out design; impeller should be removed during maintenance without disturbing the motor at all there by avoiding any electrical wiring rework at the time of dissembling the coupler. The pump seal seats shall be preferably ceramic type for higher corrosion resistance suitable for HVAC application.



Pumping selection software features The Pump selection and optimization software from the pump supplier shall be specifically customized for HVAC applications. Is should cover variable speed curves, detail part selection

HVAC TENDER DOCUMENT

Technical Specifications

14

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

and custom special fluid viscosity and temperature correction over and above other standard features. c)

Control System requirements for variable speed pumping The control system shall include as, a minimum, the programmable logic pump controller, adjustable frequency drive(s) and remote sensor/transmitters as indicated on the plans. Provide additional items as specified or as required to properly execute the sequence of operation. The variable speed pump logic controller, adjustable frequency drive(s) and remote sensor/transmitter(s) shall ship as individual components to the jobsite. Pump logic controller, adjustable frequency drives, sensor/transmitters and related equipment shall be installed by the mechanical contractor as shown on the plans. Line voltage power wiring shall be installed by the electrical contractor as shown on the field connection drawings and wiring diagrams supplied with the pumping package. Low voltage (24 VDC and 115 VAC) wiring shall be installed by the controls contractor as shown on the field connection drawings and wiring diagrams supplied with the pumping package



Components ¾

Pump Logic Controller The Pump logic controller assembly shall be listed by and bear the label of Underwriter's Laboratory, Inc. (UL) and/or Canadian Underwriter’s Laboratory (CUL) as minimum. The controller shall be specifically programmed variable speed pumping applications. Pump Logic Controller shall be suitably interfaced with one Adjustable Frequency Drive housed within same enclosure. Bidder shall submit the pump sequence of operation for establishing the safe and desired system operation along with the offer. The controller shall function to a proven program those safeguards against damaging hydraulic conditions including: Pump flow surges Hunting End of curve The pump logic controller shall be capable of receiving up to two or more discrete analog inputs from zone sensor/transmitter as indicated on the plans, based on the application requirements. It will then select the analogue signal that has deviated the greatest amount from its set point. This selected signal will be used as the command feedback input for a hydraulic stabilization function to minimize hunting. Each input signal shall be capable of maintaining a different set point value. Controller shall be capable of controlling up to three pumps in parallel. The pump logic controller shall be capable of accepting an additional analog input for a flow sensor. This input shall serve as the criteria for the end of curve protection algorithm. Supplier shall clearly indicate in their offer the number of sensor inputs considered while offering the variable speed pumping package. The hydraulic stabilization program shall utilize a proportional-integral-derivative control function. The proportional, integral and derivative values shall be user adjustable over an infinite range. The pump logic controller shall be self prompting. All messages shall be displayed in plain English. The operator interface shall have the following features:

HVAC TENDER DOCUMENT

Technical Specifications

15

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

a.

Multi-fault memory and recall last 10 faults and related operational data.

b.

Red fault light, yellow warning light, and Green power on light

c.

Soft-touch membrane keypad switches.

The display shall preferably have four lines, with 20 characters on three lines and eight large characters on one line. Actual pump information shall be displayed indicating pump status. The following communication features shall be provided to the BAS: a.

Remote system starts / stops non-powered digital input.

b.

Failure of any system component. Output closes to indicate alarm condition.

c.

One 4-20 mA output with selectable output of:

1. 2. 3. 4.

Frequency. Process variable Output current Output Power

Article II. It should be possible to acquire and seamlessly integrate the following pumping system data with the main Building automation System by the pumping controller on open MODBUS / BACNET / LONWORKS protocol; the BMS system shall support these protocols. 1. 2. 3. 4. 5. 6. 7. 8.

Individual Analog Input. Individual Zone Set points Individual Pump/AFD on/off status System percent speed System Start/stop command System operation mode Individual KW signals System flow, when optional flow sensor is provided.

The Pump logic controller shall be designed for the number of variable speed pumps specified in the BOQ housed in a NEMA 1 Enclosure. B)

Adjustable Frequency Drive (Applicable for AHU Fan motors also where specified in BOQ) The adjustable frequency drive(s) shall be pulse width modulation (PWM) type, microprocessor controlled design. The AFD, including all factory installed options, be tested to UL Standard 508. The AFD shall also meet C-UL and be CE marked and built to ISO 9001 standards. The VFD shall be housed in a NEMA 1 enclosure. AFD’s with plastic enclosures shall not be acceptable. The VFD shall employ an advanced sine wave approximation and voltage vector control to allow operation at rated motor shaft output speed with no derating. This voltage vector control shall minimize harmonics to the motor to increase motor efficiency and life. Power factor shall be near unity regardless of speed or load. The VFD shall have balanced DC link reactors to minimize power line harmonics. VFD’s without a DC link reactor shall provide a 3% impedance line reactor.

HVAC TENDER DOCUMENT

Technical Specifications

16

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Automatic motor adaptation (AMA) algorithm shall be utilized. This feature shall allow for automatically optimized drive performance and efficiency leading to additional energy savings. Input and output power circuit switching can be done without interlocks or damage to the VFD. The following customer modifiable adjustments shall be provided: a. Acceleration time. b. Deceleration time. c. Minimum frequency. d. Maximum frequency. An automatic energy optimization selection feature shall be provided. This feature shall reduce voltages when lightly loaded and provide a 3% to 10% additional energy savings. The AFD shall be suitable for elevations to 3300 feet above sea level without derating. Maximum operating ambient temperature shall not be less than 104 degrees F. AFD shall be suitable for operation in environments up to 95% non-condensing humidity. The AFD shall be capable of displaying the following information in plain English via a 40 character alphanumeric display: a. b. c. d. e. f. g. h.

Frequency Voltage Current Kilowatts per hour Fault identification Percent torque Percent power RPM

All AFD’s shall be warranted for a period of 12/18 months. C)

Sensor / Transmitters Provide field mounted differential pressure sensor transmitter(s) as indicated on the plans. Unit shall transmit an isolated 4-20mA dc signal indicative of process variable to the pump logic controller via standard two wire 24 DC system. Unit shall have stainless steel wetted parts with two 0.25" male NPT process connections. It shall be protected against radio frequency interference and shall have a watertight, NEMA 4 electrical enclosure capable of withstanding 2000 PSI static pressure with a 0.5" NPT conduit connection. Accuracy shall be within 0.25% of full span.

Article III. D)

Sequence of Operation The Variable speed pumping system supplier shall comply to following sequence of operation in their technical submittals as a minimum. The system shall consist of a Programmable logic pump controller, multiple pump/AFD sets, with manual and automatic alternation and pump staging [wherever applicable] The pumping system shall start upon the closure of customer's contact when the pump logic controller Mode of Operation selector switch is in the REMOTE position. When the pump logic controller selector switch is in the LOCAL position, and start command on Pump Logic Controller is given via operator interface, the pumping system shall operate automatically. Sensor/transmitters shall be provided as indicated on the plans. Each sensor/transmitter shall send a 4-20mA signal to the pump logic controller, indicative of process variable condition.

HVAC TENDER DOCUMENT

Technical Specifications

17

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

The pump logic controller shall compare each signal to the independent, engineer/user determined set points. When all set points are satisfied by the process variable, the pump speed shall remain constant at the optimum energy consumption level. The pump logic controller shall continuously scan and compare each process variable to its individual set point and control to the least satisfied zone. If the set point cannot be satisfied by the designated lead pump, the pump logic controller shall initiate a timed sequence of operation to stage a lag pump [wherever applicable]. The lag pump shall accelerate resulting in the lead pump(s) decelerating until they equalize in speed [wherever applicable]. Further change in process variable shall cause the pumps to change speed together [wherever applicable]. When the set point criteria can be safely satisfied with fewer pumps, the Programmable pump logic controller shall initiate a timed destages sequence and continues variable speed operation [wherever applicable]. As the worst case zone deviates from set point, the pump logic controller shall send the appropriate analog signal to the AFD to speed up or slow down the pump/motor. In the event of an AFD fault, the pump logic controller automatically initiates a times sequence of events to start the redundant pump/AFD set in the variable speed mode. The redundant variable speed system shall be started through the pump logic controller. Upon AFD fault(s), the pump controller shall display an alarm condition through a plain English message. AFD fault indication shall be continuously displayed on the operator interface of the pump until the fault has been corrected and the controller has been manually reset. In the event of the failure of a zone sensor/transmitter, its process variable signal shall be removed from the scan/compare program. Alternative zone sensor/transmitters, if available, shall remain in the scan/compare program for control. Upon sensor failure a plain English warning message shall be displayed on the operator interface of the pump logic controller. In the event of failure to receive all zone process variable signals, a user selectable number of AFDs shall maintain a user adjustable speed; reset shall be automatic upon correction of the zone failure. E)

References considered A. B. C. D. E. F. G. H. I.

Hydraulic Institute ANSI - American National Standards Institute NEMA - National Electrical Manufacturers Association UL - Underwriters Laboratories. Inc. ETL - Electrical Testing Laboratories CSA - Canadian Standards Association NEC - National Electrical Code ISO - International Standards Organization IEC - International Electro technical Commission

HVAC TENDER DOCUMENT

Technical Specifications

18

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

F) Submittals from the vendor a. Submittals specific to this project shall include the following: 1. System summary sheet 2. Detailed sequence of operation for the proposed VSPS for this project 3. Shop drawing indicating dimensions, required clearances and location and size of each field connection 4. Power and control wiring diagrams 5. System profile analysis including variable speed pump curves and system curve. The analysis shall also include pump, motor and AFD efficiencies, job specific load profile, staging points, horsepower and kilowatt/hour consumption. 6. Pump data sheets b. Submittals must be specific to this project. Generic submittals will not be accepted. 3.4

AIR HANDLING UNIT: The specification for Double Skin Air handling unit comprises the design, manufacture, delivery at side, erection, commissioning and conducting performances test at site of Air handling units conforming to these specifications.

3.4.1

CODES AND STANDARDS The design, manufacture and performance of Double Skin AHU shall comply with all currently application statutes, regulations and safety codes in the locality where the equipment will be installed. The equipment shall also conform to the requirements of the latest editions of applicable Indian / ASHRAE Standards. Nothing in this specification shall be construed to relieve the Vendor of his responsibility. In particular, the equipments shall conform to the latest editions of the following standards.

3.4.2

AIR HANDLING UNITS: (DOUBLE SKIN) SCOPE: The Scope of this section comprises the supply, erection, testing and commissioning of double skin construction air handling units, conforming to these Specifications and in accordance with requirements of drawings and of the bill of Quantities. TYPE: The air handling units shall be double skin construction, draw-thru type comprising of various sections such as filter section, coil section and fan section as shown on drawings and included in bill of quantities. Refer Tender for OT AHU assembly schematic requirement. CAPACITY: The air handling capacities, maximum motor horsepower and static pressure shall be as shown on Drawings and in bill of Quantities. CONSTRUCTION SPECIFICATIONS: CASING: Double skinned panels shall be heavy gauge made of galvanized steel, pressure injected with foam insulation (density 24 kg/m³) & 48 mm thick PUF insulation with k factor not exceeding 0.02 Watt/m °C shall be fixed to 1.6 mm thick aluminum alloy twin box section structural framework with stainless steel screws. Outer sheet of panels shall be made of galvanized pre plasticized / Pre painted sheet of min 0.63mm thick, and inner sheet of 24 Gauge plain GI Sheet. The entire framework shall be mounted on an aluminum alloy channel base. The panels shall be sealed to the framework by heavy-duty ‘O’ ring gaskets held captive in the framed extrusion. All panels shall be detachable or hinged. Hinges shall be made of die cast aluminum with stainless steel pivots, handles shall be made of hand nylon and be operational from both inside and outside of the unit. Units supplied

HVAC TENDER DOCUMENT

Technical Specifications

19

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

with various sections shall be suitable for on site assembly with continuous foam gasket. All fixing and gaskets shall be concealed. Units shall have hinged quick opening access door in the fan and filter section. Access doors shall be double skin types. Condensate drain pan shall be sandwich construction fabricated from 18-gauge G.I. sheet with all corners welded. It shall be isolated from; bottom floor panel through 25mm heavy duty TF expanded polystyrene or urethane foam to be sandwiched. MOTOR AND DRIVE: Eff-1 compliant Fan motors shall be highly efficient and shall be 415 + 10% volts, 50 Cycles, three phases, totally enclosed fan-cooled, with IP-55 protection. Motors shall be especially designed for quiet operation and motor speed shall not exceed 1440 rpm. Drive to fan shall be provided through belt-drive arrangement. Belts shall be of the oil-resistant type. Motors shall be mounted inside the AHU casing on slide rails for easy belt tensioning, and be totally enclosed, fan cooled, to be class ‘F’ insulation. Motors shall drive heavy duty V-belt, constant pitch; drive selected at 110% of motor horsepower. VFD for the motors as per BOQ shall comply to specifications appearing in Secondary Chilled Water Pump VFD specifications as mentioned earlier. FAN: OT/ICUs/Sterile Areas AHUs shall have HiStatic Plug Fans; Balance AHUs shall have DIDW BWC Centrifugal fans; AMCA certified/design shall be preferred. Fan casing shall be made of galvanized steel sheet. Fan wheels shall be made of galvanized steel of thickness not less than 2m.m. Fan shaft shall be grounded c40 carbon steel and supported in self-aligning Plummer block operating less than 75% of first critical speed, grease lubricated bearings. Fan wheels and pulleys shall be individually tested and precision balanced dynamically. Motors shall be mounted inside the AHU casing on slide rails for easy belt tensioning and suitably isolated to avoid vibration transmission to units when in operation. Both fan and motors assemblies shall be mounted on a deep section aluminum alloy or galvanized steel (depending on size) base frame. Insulation shall be provided for the unit casing by combination spring and rubber anti vibration mounts and flame retardant, waterproof neoprene impregnated flexible connection on the fan discharge. COOLING COILS: ARI410 certified Chilled water coils will be 6 rows deep cooling coil ( Refer HVAC Load Summary Sheet ) . Chilled water coils shall have 12.5 to 15 mm dia. tubes minimum 22 G thick with sine wave aluminum fins firmly bonded to copper tubes assembled in zinc coated steel frame. Face and surface areas shall be such as to ensure rated capacity from each unit and such that the air velocity across the coil shall not exceed values mentioned in the BOQ or max.155 meters per minute. The coil shall be pitched in the unit casing for proper drainage. Each coil shall be factory-tested at 21 kg. /cm² air pressure under water. Tube shall be hydraulically / mechanically expanded for minimum thermal contact resistance with fins. Fin spacing shall be 4-5 fins per cm. Coils shall be sealed in polythene bags and packed in crates properly. Coils with damaged fins shall not be accepted. FILTER: Each unit shall be provided with EU4 compliant factory assembled filter section containing washable synthetic type air filters of flat type having G.I. frame. The media shall be supported with HDP mesh on one side and aluminum mesh on other side. Filter banks shall be easily accessible and designed for easy withdraw and renewal of filter cells. Filter framework shall be fully sealed and constructed from aluminum alloy. Filter banks face velocities shall not exceed values shown in the BOQ or 150 mtr / minute. The filter will be capable of cleaning the air up to 20 microns with 95% efficiency. HVAC TENDER DOCUMENT

Technical Specifications

20

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

For OT AHU FINE filters shall comply to EU9 HEPA filters for Laminar Units shall comply to EU13 / Or as mentioned in BOQ ACCESSORIES: Each air-handling unit shall be provided with manual air vent at high point in the cooling coil and drain plug in the bottom of the coil. In addition, all air handling units shall be provided with the accessories like : ‘Y’ strainer, union & condensate drain piping up to sump or floor drain in air handling unit room, Thermometers in the thermoses wells & pressure gauge (with cocks) within gauge ports in chilled water supply and return lines. The AHU shall have the supply / return / fresh air and bleed air aero foil dampers. 3.4.3

ISOLATERS: Vibration isolators shall be provided with all air-handling units. Vibration isolators shall be of neoprene rubber pads. OT AHUs shall be Cushyfoot mounts for this purpose.

3.4.4

PAINTING: Shop coats of paint that have become marred during shipment or erection shall be cleaned off with mineral spirits, wire brushed and spot primed over the affected areas, then coated with paint to match the finish over the adjoining shop painted surface.

3.4.5

PERFORMANCE DATA: Air handling unit shall be selected for the lowest operating noise level of the equipment, Fan performance rating and power consumption data, with operating points clearly indicated shall be submitted and verified at the time of testing and commissioning of the installation.

3.4.6

TESTING: Cooling capacity of various air-handling unit models to be computed from the measurements of air flow and dry and wet bulb temperatures of air entering and leaving the coil. Flow measurements shall be by an anemometer and temperature measurements by accurately calibrated mercury-in-glass thermometers. Computed results shall conform to the specified capacities and quoted ratings. Power consumption shall be computed from measurements of incoming voltage an input current. FIRE: “This unit contains electric heating elements and is fire resistant”. In the event of fire, disconnect the power by putting of the main isolating switch on the AHU Power Panels located in AHU Room. (Characters to be in white, 2” high for the word “FIRE” and ½” for the rest on a red background). TESTING: Capacity of the strip heaters shall be computed from airflow readings and temperature readings.

3.5

CENTRIFUGAL FAN (FOR VENTILATION ) : a) SCOPE: The scope of this section comprises the supply, erection, testing and commissioning of fans conforming to these specification and in accordance with the requirement of bill of quantities. b) CENTRIFUGAL EXHAUST AIR FAN:

HVAC TENDER DOCUMENT

Technical Specifications

21

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Type : Centrifugal fan shall be SWSI class I construction arrangement 3 (i.e. bearings on both sides) or as specified in BOQ complete with access door, squirrel cage induction motor, v-belt drive, belt guard and vibration isolators. Type, direction of discharge/rotation and motor position shall be as shown in the drawing and/or in the bill of quantities. Housing: Housing shall be constructed of 14 gauge sheet steel welded construction. It shall be rigidly reinforced and supported by structural angles. Split casing shall be provided on larger sizes of fans, however neoprene/asbestos packing shall be provided throughout split joints to make it air tight. 18 gauge wire mesh inlet guards of 5 cm sieves shall be provided on both inlets. Housing shall be provided with standard clean out door with handles and neoprene gasket. Rotation arrow shall be clearly marked on the housing. Fan wheel: Fan wheel shall be backward curved non over loading type. Fan wheel and housing shall be statically and dynamically balanced. Fan outlet velocity shall not exceed 670 meters per minute and maximum fan speed shall be 1000 rpm. Shaft: Shaft shall be constructed of steel, turned, ground and polished. Bearings: Bearings shall be of the sleeve/ ball bearing type mounted directly on the fan housing. Bearings shall be especially designed for quiet operation and shall be of the self aligning, oil/grease pack pillow block type. Motor: Fan motor shall be TEFC, Squirrel cage, induction motor, with IP-55 protection and class 'B' OR equivalent insulation as per particular application. Motor shall be suitable for 415± 10% volts,3 phase, 50 cycles, A.C. supply. Motor shall be of continuous duty and specially designed for quiet operation and motor speed shall not exceed 1450 rpm. Motor nameplate horsepower shall exceed brake horsepower by a minimum of 10%. The fan and motor combination selected for the particular required performance shall be of the most efficient (smallest horse power), so that the sound level is lowest. Drive: Flexible coupling with guard shall be provided if fan- motor arrangement is direct drive type if specified in bill of quantities. `V' belts and pulleys shall be provided if fan-motor arrangement is variable drive type. Belt guard with vent shall be provided for belt protection and heat dissipation. Vibration Isolation: M.S. base shall be provided for both fan and motor, built as an integral part, and shall be mounted on a concrete foundation through spring isolators. The concrete foundation shall be at least 1500 mm above the finished floor level. c)

CENTRIFUGAL CABINET EXHAUST AIR FAN: Application/ Location as per Layouts and Selection as per Tag List Tender annexure VII Specifications same as FFU above but shall be without Filters c-1) Kitchen Exhaust Fan: The fan for kichen exhaust shall be backward inclined curved impeller type with self cleaning properties. It shall have limit load characteristics. The motor drive train shall be kept outside the air stream. Casing for Fan shall be made of Al extruded PUF insulated panels.

HVAC TENDER DOCUMENT

Technical Specifications

22

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

d) PROPELLER FAN UNIT: Application/ Location as per Layouts and BOQ These fans shall be of single phase type and installed for Propeller fans shall be of approved make in tender, direct-drive, three or four-blade type mounted on a steel mounted plate with orifice ring to deliver as per duty points. Please refer tender bill of quantities for duty point and quantities as applicable. Mounting Plate The mounting plate shall be constructed of 12/16 gauge sheet steel, depending upon the fan size and finished with baked enamel paint of approved shade. The mounting plate construction shall be of streamlined venturi inlet type (reversed for supply application). Orifice ring shall be correctly formed by spinning or a stamping to provide easy passage of air without turbulence & to direct the air stream. Fan Blades Fan blades shall be constructed of aluminum or steel. Fan hub shall be of heavy welded steel construction with blades bolted to the hub. Fan blades shall be quiet in operation and shall be statically and dynamically balanced at the factory. Shaft Shall be of steel (EN 8), accurately ground and shall be of ample size for the load transmitted and shall not pass through first critical speed through the full range of specified fan speeds. Motor Shall be standard energy efficient (easily replaceable) permanent split capacitor or shaded pole for small sizes, totally enclosed with pre-lubricated sleeve or ball bearings, designed for quiet operation with a maximum speed of 750 RPM and. will be suitable for 415 +/- 10% volts, 50 cycles, 3 phase supply and shall be suitable for either horizontal or vertical service, as indicated on drawings and BOQ. Accessories The following accessories may be required and provide with propeller fans as indicated in the BOQ: Wire guard on inlet side and bird screen at the outlet. Fixed or Gravity operated steel louver shutters built into a steel frame. Regulators for controlling fan speed for single phase fan motors. Single phase preventors for 3 phase fans e) INLINE FAN UNIT : Application/ Location as per Layouts and BOQ The INLINE ventilation fans shall be designed for space saving / low noise generation. Inline fans shall preferably be single skin with swing out motors; these fans shall be complete with casing and impeller. Direction of discharge and rotation position shall be as per the job requirement and shall be marked on the fan assembly. The duty points shall be mentioned in the schedule of quantities. Brief specifications for the fans are as under. HVAC TENDER DOCUMENT

Technical Specifications

23

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

The proposed fan shall be complete with casing, motor and impeller. Directon of discharge and rotation position shall be in line with the layout shown. Housing Shall be of GSS powder coated design. The duct connections at the inlet and discharge side of the fan shall be in accordance with the manufacturer standards to avoid transmission of vibrations if any to the ducting. Impeller Fan shall have Aluminium impeller with backward curved blades suitable for lowest sound power level. Impeller shall be statically and dynamically balanced. Necessary acoustic insulation required to bring down the noise to th value specified in the SOQ shall be carried out if required; the product shall be supplied with factory insulated design in this case. Ball Bearings Shall be completely maintenance free and can be used in any mounting position at maximum indicated temperature. Fan motor Fans shall be energy efficient type have external rotor motor or IEC standard motor supplied with built-in thermal contacts. At the critical high temperature point the thermal contact shall open and break the power supply of the Fan. Fan motor shall be insulation class F and protection class IP54. Drive Drive of the fans shall be direct driven. Performance Data All fans shall be selected for the lowest operating noise power levels. Capacity ratings, power consumption with operating points indicated shall be submitted and verified at the time of testing and commissioning of the installation. All technical data of fans should be as per AMCA accredited. High temp fans should have valid European certification in accordance with EN12101-3. Testing Capacity of all fans shall be measured by an anemometer. Measured air flow capacities shall confirm to specified capacities and quoted ratings. Power consumption shall be computed from measurements of incoming voltage and input current f)

AIR WASH UNIT: Application/ Location as per Layouts and BOQ Terrace mounted GI Powder coated double skinned sandwitch insulated Sectionalized Fresh Air Units with following broad specifications for Nurse Rooms and other areas on 3rd Floor Fan Section having backward curved centrifugal fan+ suitable Pole Energy efficient TEFC motor+drive package, Washer section with Cell deck/equivalent air wash long life cooling pad media including manufacturer supplied water distribution pad system with 2 pass PVC eliminators, and manifold Fraction HP Pumps, with motor, recirculation GI/PVC piping with valves, fittings/ MS corrosion proof painted Storage Sump with overflow, makeup, drain & quick fill with Ball & Float Valve assembly Intake Filter section of 20 micron with Intake Louvers and birdseed, Starter panel for blower fan & pump including associated outgoing cabling Air Washer Performance Targeted: Unit shall have minimum 90% air wash Efficiency; it shall be designed for 400 FPM face velocity with 10 mm WC drop across cooling media; Fans shall be with minimum 60% volumetric efficiency; units to be mounted on vibration isolation serrated rubber pads in completely leak proof construction

g) TUBE AXIAL FLOW FAN (Tag: TA) Tube Axial Fans are suggested for Ductless Car Park Ventilation. Axial Fan shall be adjustable pitch blade type having non-overloading feature. Fan shall comprise of following components. Capacities: Fan capacities shall be as per the schedule shown in Tender BOQ HVAC TENDER DOCUMENT

Technical Specifications

24

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Fan: Fan shall be complete with motor, motor mount, belt driven (or direct driven) and vibration isolation type, suspension arrangement as per approved for construction shop drawings. Casing: shall be constructed of heavy gage sheet steel. Fan casing, motor mount and straightening vane shall be of welded steel construction. Motor mounting plate shall be minimum 20mm thick and machined to receive motor flange. An inspection door with handle and neoprene gasket shall be provided. Casing shall have flanged connection on both ends for ducted applications. Support brackets for ceiling suspension shall be welded to the casing for connection to hanger bolts. Straightening vanes shall be aerodynamically designed for maximum efficiency by converting velocity pressure to static pressure potential and minimizing turbulence. Casing shall be bonderized, primed and finish coated with enamel paint. Rotor: hub and blades shall be cast aluminium or cast steel construction. Blades shall be die-formed aerofoil shaped for maximum efficiency and shall vary in twist and width from hub to tip to effect equal air distribution along the blade length. Fan blades mounting on the hub shall be statically and dynamically balanced. Extended grease leads for external lubrication shall be provided. The fan pitch control may be manually readjusted at site upon installation, for obtaining actual airflow values, as specified and quoted. Motor: Shall be energy efficient squirrel-cage, totally-enclosed, fan cooled standard round frame, constant speed, continuous duty, single winding, suitable for 415+10% volts, 50 cycles, 3 phase AC power supply, provided with class ‘F’ insulation. Motor shall be specially designed for quiet operation. The speed of the fans shall not exceed 1000 RPM for fans with impeller diameter above 450 mm, and 1440 / 2990 RPM for fans with impeller diameter 450 mm and less. For lowest sound level, fan shall be selected for maximum efficiency or minimum horsepower. Motor conduit box shall be mounted on exterior of fan casing, and lead wires from the motor to the conduit box shall be mounted on exterior of fan casing, and lead wires from the motor to the conduit box shall be protected from the air stream by enclosing in a flexible metal conduit. Drive: To fan shall be provided through direct or belt drive; belt drive shall be with adjustable motor sheave and standard sheet steel belt guard with vented front for heat dissipation. Belts shall be of oilresistant type. Vibration Isolation: The assembly of fan and motor shall be suspended from the slab by vibration isolation suspension of rubber-in-shear type OR Mounted flush with the wall with proper isolation to avoid transmission of vibrations to the wall and structure. h) JET VENTILATION FAN Jet Fans, a part of ductless car park ventilation system, should be supplied as completely assembled before dispatched to the job site having characteristics as of high performance ventilation with small air volume. Each unit shall consist of fan having inlet cones, protective screen, two silencers, terminal box & mounting arms or brackets. Fan: Fan shall be axial flow type balanced dynamically and statically. The fans shall have adjustable aluminum impeller or shall be fully welded. The complete fan assembly with its Casing, impeller & motor (not only the motor or one of the item) shall be imported from manufacturer and certified as tested for 300 Deg C for 2 hours operation. Casing: The Casing of Jet Fans shall be made of Hot Dipped Galvanized Steel with flanges at both ends. Motor: The Motor shall run on the electrical power suitable for 50Hz. The Type of motor shall be suitable for 2 speed or single speed as specified in the BOQ. Protective Guards: The fans shall have protection guards at inlet side. Silencers: The Jet Fans shall have silencers manufactured from Galvanized steel length should not be HVAC TENDER DOCUMENT

Technical Specifications

25

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

less than 900 mm. Inlet Cone: Jet fans shall have Inlet cone made of Galvanized steel Terminal Box: The pre-wired Terminal box shall be mounted at the outer fan Casing. Mounting Arms / Brackets: The unit shall be with mounting brackets for ceiling suspension. i)

ROOF EXTRACTOR FAN Shall be installed on Atrium Roof (small and large) and comply to BS 7346 Shall be capable for operation for Normal Extract and with emergency operation capable of withstanding 300 deg C upto 90 minutes (400 deg C upto 30 minutes) Casing shall be robust in welded steel and hot dip galvanized after construction. Shall comprise of base, fan and cowl with SS or Al anti-back draft shutters. Impellers shall be made of high temp Al alloy with Aerofoil section variable pitch type blades.

j)

ENTHALPY RECOVERY UNIT Supply, fixing and commissioning of double skin construction Energy/Heat recovery unit with ARI Certified Energy/Heat Recovery Wheels suitable for accommodating two parallel air streams rated for CFM (as per BOQ) average as per following brief specifications and working conditions The Energy Recovery wheel shall be constructed of corrugated synthetic fibrous media, with a 4A or smaller molecular sieve desiccant intimately bound and homogenously and permanently dispersed throughout the matrix structure of the media. Rotors with desiccants coated or synthesized onto the media are not acceptable due to the possibility of de-lamination or erosion of the desiccant material. Face flatness of the wheel shall be maximized in order to minimize wear on inner seal surfaces and to minimize cross leakage. Wheel layers should be uniform in construction forming uniform aperture sizes for air flow. Wheel construction shall be fluted or formed honeycomb. Design shall be based on minimum 75% Recovery efficiency and for the Ambient conditions 0f 43.3 Deg C DBT/25 deg C WBT; RA conditions of 25 deg C DBT/55% Rh and Average air quantity of CFM as per BOQ The Upper section shall consist of: a. Return/fresh air intake Section: Consisting of Aluminium Dampers and 10

HDPE prefilters.

b. Energy Recovery Wheel Section c. Fan Section with backward curved centrifugal fan/ Drive Package / TEFC Energy efficient Motor The Lower section shall consist of a. Return/fresh air intake Section: Consisting of Aluminium Dampers and 10

HDPE prefilters.

b. Energy Recovery Wheel Section c. Fan Section with backward curved centrifugal fan/drive package / TEFC Energy efficient motor d. Energy/Heat Recovery Wheel with wheel drive package and Motor HVAC TENDER DOCUMENT

Technical Specifications

26

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

k)

Air Curtains Proposed to trap the Air Conditioned air near entrances opening into AC areas, the Air Curtains shall be installed on the Non AC portion of the entrance/exit doors; the length of the curtain assembly shall exceed the actual width of the OPEN Door Portion for effective entrapment of conditioned air. Curtains shall be CRCA Powder Coated with suitable color shade, Polymer Suction Grille Impellers shall be Aluminium material, statically/dynamically balanced, low noise operation, forward curved driven by Motor of reputed make, 240 V, Single phase and double ended shaft.

l)

Laminar Flow Units (LFU) LFUs shall be installed as final filtration in OT Room as per layouts; it shall comprise of HEPA filters / SS leak proof Frame / DP Gauges with fixtures and display Filters: The LFU shall comprise of HEPA filters shall comply to H14 (EN1822) [eq. of MERV 19) The filter area shall be such that the final exit velocity shall be around 75 FPM through the LFU. LFU Filters shall be manufactured as per EN-1822-4 / Equivalent Norms with individual certificate provided for each filter with packaging sealing within the clean room. Filters shall have extruded anodized Al frame; filtration spliter shall be water/fire proof micro fiber glass. The LFU shall comprise of one filter size of sealed panel within the LFU for locating the OT lamp in centre. LFU Casing: Frames, Plunem boxes and accessories are precision welded in SS 304 Unit price shall be complete with one set of Magnahelic Gauge calibrated to measure the specified Filter pressure drop across its operating range (clean to chock) complete with Tubing, fixtures and factory calibration documentation. The configuration/quantity of filters and casing dimensions shall meet the velocity criteria specified above and shall be indicated in the bid. The LFU shall be delivered as single fully assembled panel to site or as directed by site in-charge.

4.0

PIPING:

4.1

SCOPE The scope of this section comprises the supply and laying of pipes, pipe fittings and valves, testing and balancing of all water and refrigerant piping required for the complete installation as shown on the Drawings. All piping inclusive of fittings and valves shall follow the applicable Indian Standards.

4.2

PIPE SIZES Pipe sizes shall be as required for the individual fluid flows. Various pipe sizes have been indicated on the Drawings, these are for Contractor’s guidance only and shall not relieve contractor of responsibility for providing smooth noiseless balanced circulation of fluids.

HVAC TENDER DOCUMENT

Technical Specifications

27

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

4.3

CHILLED WATER & CONDENSER WATER PIPING: a. All chilled water & condenser water pipes and all fittings shall be M.S. Class ‘C’ (Heavy Class) conforming to relevant IS Code 1239. Factory rolled pipes shall have following wall thickness: I) Up to 300 mm diameter the wall thickness will be 5.0 mm b. All jointing in the pipe system shall generally be by welding, unless otherwise mentioned, or directed at site. All welding shall be done by qualified welders and shall strictly conform to IS Code of practice for manual metal arc welding of Mild Steel. Butt weld, upon approval of welding joints the concerned welder shall be allowed to carry further welding of the pipes. Rest of the welds shall have 100% visual inspection. Before welding of pipes, make proper ‘V’ notch at the joints by chamfering the end of pipe. All electrodes shall be selected to match the mechanical and chemical properties of the parent material. The welding rods shall be selected as per AWS-E-7018 or Equivalent BIS code, subject to Purchaser’s approval. c.

All pipes and their steel supports shall be thoroughly cleaned and given one primary coat of red oxide paint before being installed. All welded piping shall be subject to the approval at site.

d. Fittings shall be malleable casting of pressure rating suitable for the piping system. Fittings used on welded piping shall be of the weld able type. e. Tee-off connections shall be through equal or reducing tees; otherwise ferrules welded to the main pipe shall be used. Drilling and tapping of the walls of the main pipe shall not be resorted to. f.

Globe and Butterfly valves conforming to the following Specifications shall be provided as shown on Drawings: (For sizes Refer BOQ) SIZE

CONSTRUCTION

ENDS

TYPE

15 to 25 mm

Gun Metal

Screwed

Gate/globe

30 to 40 mm

Gun Metal

Screwed

Gate/globe

50 mm and over

Body cast iron, nitride rubber seat

Flanged

Butterfly

Type and requirements shall be as indicated in Bill of Quantities. Valves shall have non-rising spindles unless otherwise specified and shall be suitable for not less than 10-kg/cm2 gauge working pressure or as specified in BOQ. Tail piece shall be used where required. Butterfly valves shall perform the function of isolation of rotating equipments and Heat exchangers. g. Butterfly valves shall have cast iron body with black nitrile rubber seat. All butterfly valves shall be provided with locking devices. Valves above 200 mm dia. shall be gear driven. h. Balancing valves shall be provided at chiller, and AHU outlet lines. The valves shall have built-in pressure drop measuring facility to compute flow rate across the valves. Flanges shall be of approved make. The supply of flanges shall also include supply of bolts and nuts and suitable asbestos fibre / rubber insertion gaskets (minimum 3 mm thick). i.

Non return valves shall be dual plate check valves provided as shown on the Drawings, conforming to relevant Codes and in accordance with the following Specifications : SIZE 50 to 150 mm

CONSTRUCTION* Body cast iron, gun metal plate.

200 mm to 450 mm

Body cast iron, plate carbon steel with 13% chrome overlay.

HVAC TENDER DOCUMENT

Technical Specifications

ENDS Flange d Flange d

28

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

(*: SS valves: Body / Bonnet / Stem / gland of SS material and seat O-ring / gasket shall be of 3 mm thick PTFE and /or EPDM As specified in BOQ) The spring and hinge/stop pin shall be SS304 and bearing PTFE material. Valves shall be suitable for not less than 10 Kg/cm2 gage working pressure. j.

Strainers shall be of pot strainers as shown on the Drawings, with cast / MS bodies designed for the test pressure specified for the line valves. Strainers shall have bronze / brass screen with 3 mm perforations screen shall be removable and replaceable without disconnection of the main pipes. All strainers shall be provided with equal size isolating BF valves, so that the strainer may be cleaned without draining the system. Strainers shall be provided at suction of each pump, and where shown on the Drawings. Pot strainers shall be fabricated out of MS plate. Pot strainers up to 100 mm dia pipes shall be fabricated out of 6 mm thick M S sheet, 125 to 300 dia pipes out of 8 mm thick and 350 to 600 mm out of 12 mm thick M S Sheet. Basket for Pot Strainers above 100 mm dia pipes shall be of 18 G stainless sheet having 3 mm perforation. PIPE SIZE (MM)

POT DIA (MM)

POT HT (MM)

BASKET DIA (MM)

BASKET HT (MM)

50

300

400

200

240

80

350

450

250

250

100

450

500

300

280

125

500

600

330

340

150

540

700

360

390

200

610

815

400

470

250

800

955

550

510

300

1000

1105

750

580

350

1190

1300

895

678

400

1350

1500

1020

785

450

1518

1700

1060

890

500

1690

1800

1100

900

600

2000

2200

1500

1160

Basket shall be supported on brass disc mounted on solid blocks. Each pot strainer shall be provided with manufacturer’s test certificate. k.

All chilled water piping and fittings shall be pressure tested, then insulated and painted as described under the section “Insulation”.

I.

2 WAY MODULATING / PRESSURE INDEPENDENT BALANCING AND CONTROL VALVE A pressure independent balancing and control valve is a self balancing, pressure independent, 2way control valve with 100% authority on the control valve. It can be fitted with an actuator to accept input signals from the control system. Each Air Handling Unit / Fan Coil Unit shall be provided with a 2-way Pressure Independent Balancing and Control Valve. The control valve should be a globe type and Spring Return function in Actuator. Regarding control – The response characteristic should be independent of pressure and. A differential pressure controller should ensure 100% valve authority at all loads and all settings. Regarding Balancing – Each Valve should have a precisely adjustable maximum flow limitation as per the designed flow rate of coils. The balancing should be done only in the valve not in the actuator or thru the Actuator so that in case of actuator failure the balancing is not lost and the system can still function as designed.

HVAC TENDER DOCUMENT

Technical Specifications

29

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

All Valve actuators should be microprocessor based with a self calibrating feature to adjust to any valve travel or setting with full control range.. The valve should have a linear characteristic and the actuator should have a function that can convert it to a logarithmic characteristic to ensure that the valve-actuator combination can be used for all applications. As per Design Parameters Minimum required differential working pressure should not exceed 16 To 20 kPa for fan coil units Till DN32 and not exceed 30 kPa for Air handling units to minimize pump head requirements. The valve should be equipped with an electronic modulating actuator which can accept either “4(0)20 mA / 2(0)-10 V DC signals. Operating voltage for actuator shall be 24V AC. The actuator shall be able to close against maximum differential pressure of 6 Bar 1) VALVE SPECIFICATIONS Discription

For 15 to 32 mm

For 40 to 150 mm

Diff Pressure (P1-P3)

16 To 600 kPa

30 To 600 kPa

Media Temperature

-10 ° to 120 °C, -… ° to 248 °F

Body

Brass (CuZn40Pb2 - CW 617N)

Material

Test Ports Leakage acc. to standard IEC 534 Stem Seals Maximum Close Off Pr Pressure rating Control Range Control Character

Valve

Needle measuring nipple

-10 ° to 120 °C, -… ° to 248 °F Grey iron EN-GJL-250(GG25)

EPDM - CuZn40Pb2 – CW 617N ??

Needle measuring nipple max.0,01 - 0.05% of kv at 650N EPDM –NBR

600 kPa, … psi

600 kPa, … psi

No visible leakage (at 100N)

PN16, … psi PN16, … psi Standard IEC 534 Since CV Characteristic is linear control range is Infinity (1:256 as a result of the actuator-valve combination) Linear characteristic and, with the help of actuator, logarithmic

2) ACTUATOR SPECIFICATIONS FOR ALL SIZES Supply Voltage Power Consumption Frequency Control Input Position Output Body Housing Insulation

: 24V AC : 10V AC : 50 HZ : 2-10V DC, 4-20mA, 3-point Selection. : 2-10V DC 4-20mA : Non Corrosive - IP 42 or higher

Section 3.02 GENERAL SPECIFICATIONS: Pressure Independent Balancing and Control Valve shall be provided/installed at each outlet of cooling coil unit., AHU & FCU.

Valve Body and Characteristics:• •

The differential pressure controller should maintain a constant differential pressure across the control valve, irrespective of fluctuations in the system, with the help of a self adjusting diaphragm. The control valve shall accurately control the flow, with help of a modulating actuator

HVAC TENDER DOCUMENT

Technical Specifications

30

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD



All valve sizes should have testing ports for verifying the flow by measuring the differential pressure.

Valve Actuator and Housing:• • • • •

The valve and actuator must have the ability to undertake both Logarithmic control characteristics and linear control characteristics. This ensures compatibility for both Water/Air and Water/Water Heat Exchanger. Control/Dip switch settings should be easy to access, to avoid Manual Contact directly with Integrated IC Circuit of the system. The actuator should not play a part in the balancing process. This will ensure that an operational issue in the actuator will not lead to a loss of balancing, causing problems elsewhere in the system. Only linear characteristics should not be acceptable as with this valve + actuator characteristic, the resultant energy characteristic will not remain linear and this shall lead to improper control leading to fluctuating room temperatures. In chilled water systems, the valve should be mounted with the actuator above the valve to prevent condensation water leaking into the actuator.

Valve Flow Balancing : • Balancing & Control: The balancing should be accomplished by the spring loaded diaphragm and the control should be done by the actuator receiving signals from room thermostats or BMS. • Flow Setting Balancing (Commissioning) for the valves should be simple and not require measuring devices. • Setting the flow should not involve the actuator. • Proper operation of the valve should not be dependent on additional operations like de-airing of the valve or flushing procedures 4.4

GENERAL GUIDELINES FOR PIPING FABRICATION AND INSTALLATION – MS / SS / GI PIPES

4.4.1

General Requirements The pipe assembly shall be suitable for the service and pressure it serves. The assembly totally leak proof and easy for maintenance.

shall

be

Necessary flanged joints and control valves shall be incorporated in pipe for easy maintenance, replacement and isolation of section of pipes. The flanged joints shall be 3 mm neoprene gasket suitable for the pressure and temperature of the fluid. The pipes shall be laid in lines and levels indicated on the drawings. The vertical risers shall be properly secured to the structure with necessary clamps. The horizontal runners shall be hung from the ceiling using pipe hangers or laid on structural steel racks. Additional supports shall be provided at the assembly of valves and control accessories, change in direction of pipes etc. Neat appearance and good workmanship with provision for easy maintenance shall be prime consideration. Pipe shall be cleaned thoroughly and clear off all foreign matters before taking up the assembly. The pipe shall be assembled and laid in straight line and levels with adequate slopes for draining out the system. The inside and outside surface of the pipe and fittings shall be thoroughly cleaned before and after the fabrication work. All fabricated piping shall conform to the fabrication dimensional tolerance specified in the code for pressure piping, ANSI B 31.3 and shall in no case be more than the following. a) Individual tolerance : ± 1.5 mm b) Overall tolerance : ± 3.0 mm HVAC TENDER DOCUMENT

Technical Specifications

31

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

All piping work shall be provided with protective coating as specified separately in this section. 4.4.2

Welded Pipe Assembly – Carbon Steel The pipe assembly shall be carried out by electrical welding conforming to ASME Section IX, IS: 817 and IS: 9595. The welding electrodes with suitable coating shall be of Advani , Orlicon or equivalent make conforming to IS: 814 and shall be got approved by the Engineer Machine cut levels to form the welding groove are preferred, but smooth, clean slag free flame cut and ground levels are acceptable. The pipes to be aligned and tack welded, leaving a gap of 1.5 mm for pipes upto 150 mm dia and 3.0 mm for pipes above 150 mm dia for fuse penetration of welds before carrying out the permanent weld point. Tack welding lacking full penetration are not acceptable. In the case of multiple pass welding the slags shall be cleaned from the previous layer before lacking up the neat layer, the weld shall be cleaned free from scale slag flux etc. The finished weld shall be uniform and shall project not less than 1.5 mm or more than 3 mm from the outer surface of the pipe. Pipe bends fabricated out by hot bending of pipes are acceptable upto 50 mm dia. The minimum radius of the bend shall be not less than 6 times the diameter and the bends shall be free from budges, cracks, air links, buckles etc. hot bends shall be done with the pipe filled with tamped sand. Following the bending operation, the bends shall be allowed to cool slowly in still air before the sands is removed. Cold bends to a radius of six (6) the normal pipe diameter or greater may be made without subsequent stress relieving. No cold bending is allowed on pipes larger than 50 mm nominal diameter. All welding shall have full thickness penetration and shall be done with the electrical arc process. Gas welding may be used with Engineer’s approval. The initial root run of all butt welds shall be carried out with electrodes not exceeding 12 SWG. In multiple pass welding the slag shall be cleaned from each layer and any serious defects chipped and before the next layer is applied. Peening shall be done if necessary to prepare a bead for the next to pass. No under cutting of pipe adjacent to the completed weld will be permitted.

4.4.3

Screwed Pipe Assembly – G.I. The GI pipe assembly shall be carried out using screwed fittings. The pipe ends shall be filed using round files to remove burrs. Threading of proper length and size shall be made conforming to IS:554 so that the joint is leak proof with adequate strength, at the same time no excess threading is exposed. Shalikote or teflon tapes shall be applied entire length of threading, before assembling. Flanged connections shall be provided at the equipment connections and the pipe route as indicated on the drawing using threaded flanges. GI pipe carried out by welding shall be protected against corrosion by applying aluminium paint over area projecting a distance not less than 50 mm after thoroughly cleaning the area.

4.4.4

Cleaning The pipe shall be thoroughly cleaned internally and externally during the fabrication, assembling and completion, of the entire piping work using compressed air, clean water etc.

HVAC TENDER DOCUMENT

Technical Specifications

32

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Necessary detergents shall be used while cleaning and flushing the piping system and in line instruments, traps etc. shall be isolated. All field fabricated piping shall be cleaned at the completion of fabrication. Care shall be taken to see that all burrs, welding icicles and weld spatter are removed by reaming, chipping, filling sanding or other suitable means. All foreign materials such as cement, mortar sand, heavy oil lid and loose scale shall be removed from the interior of pipe by thoroughly flushing with water. To avoid large size foreign material being washed into smaller diameter branch blinds from a larger diameter header line, special precautions should be taken to disconnect at branched or to selectively blank them off. A record shall be kept of cleaning of each line or section of erected piping. Cleaned lines shall be tagged. Proper temporary drainage for flushing water shall be provided so that no damage is done to permanent facilities. Valves shall be cleaned when received. All possible precautions shall be taken to prevent contamination and valves shall be inspected immediately prior to installation. If a valve is found to be contaminated in any way, it shall be cleaned as follows: a) Removed all foreign particles by wiping with clean lintless cloth. b) Wipe interior of valve with a clean lintless cloth moistened with clean trichloroethylene. If contamination is excessive in metallic valves, suspend the valve in a degreasing tank with hand wheel uppermost. Direct stream of liquid trichloroethylene into the rim of the valve, through both ends and against all inside surfaces. Flush thoroughly to remove all foreign matter. 4.4.5

Above Grade Piping All piping shall be erected as shown on the drawing and in accordance with this specifications so as to conform with the applicable codes and engineering design. Arrangement drawing shall show general location and will indicate special dimensions, location of valves, fittings etc. whenever critical. Piping shall be grouped in banks wherever possible but most at the same time have dimensions, locations of valves, fittings etc. wherever critical. Special attention shall be given in the handling and erection of piping to prevent damage and ensure the continued cleanliness of such piping. All flanged joints shall be fitted up so that the gasket contact faces uniformly on the gasket, and then made up with relatively uniform bolt stress. The gasket shall be properly compressed in accordance with the design principles applicable to the type of gasket used. All bolts shall extend completely through their nuts. Slopes of piping specified on drawings shall be maintained. Where no slope is required or where a required slow approaches the horizontal, piping shall be checked for sag with a level not less than 1 meter long equipped with a graduated bubble vial. All low points where liquid may be entrapped shall be removed. Valved drains shall be provided at all low points where the liquid may be trapped. All high points shall have valved vents or plugged connections. Prior approval of the Engineer shall be required for making these provisions. After piping is erected in final position, it shall be cleaned, tested for tightness and dried out where required as already described in this specification.

HVAC TENDER DOCUMENT

Technical Specifications

33

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

4.4.6

Underground Piping The pipe laid under ground shall be in trenches having a minimum of cover of 600mm and a sand cushion of 150 mm above the pipe or as detailed in layouts. The pipes crossing roads, pavements etc. shall be taken through hume pipe.

4.5

GUIDELINES FOR CORROSSION PROTECTION OF OVER GROUND AND UG PIPING

4.5.1

Corrosion Treatment The pipe assembly shall be provided with outer coating to prevent corrosion. The pipe laid above ground shall be provided with the following anti corrosive coating: a) Two coats of paint of approved color over two coats of red-oxide primer for M.S pipe. b) Two coats of paint of approved color for G.I piping.

4.5.2

Special Treatment for UG Pipe Pipe laid underground or concealed in building structure shall be provided with two coats of bituminastic paint and wrapped with fiber glass tissue. All carbon steel pipes and pipe fittings shall be thoroughly cleaned of oil and grease, using a solvent degreaser, which must be allowed to dry. All rust soil and other unwanted matter must be removed prior to solvent degreasing by chipping, manual scrapping and/or wire brushing. Three coats of cold coal tar (Shalimastic H.D. or equal) shall be applied resulting in a final film thickness of 0.79 mm and simultaneously inner wrap of fiber glass reinforced or equal shall be pulled into it. Manufacturer’s recommendation shall be followed for the coal tar application. Immediately following the application of the inner wrap a layer of outer-wrap (fiber glass) based outer wrap impregnated with coal tar or equal shall be applied to the external surface of the coating. The coating shall be then allowed to dry and shall be protected from burrs, scratches and sharp edges.

4.6

COLD WATER AND DRAIN PIPING: a.

All pipes to be used for cold water (makeup) drain, condensate drain and fittings shall be MS class ‘C’ (medium class) conforming to relevant BIS Codes. All jointing in the pipe system shall be by screwed / welded joints & / or by screwed flanges using rubber insertion gaskets. Pipe threads and flanges shall be as per relevant BIS Codes. All pipes supports and nuts and bolts shall be mild steel, hot dip galvanized / painted with synthetic animal paint. Fittings shall be galvanized steel ‘medium class’ malleable casting of pressure rating suitable for the piping system. Flanges shall be of approved make. Supply of flanges shall include bolts, nuts, and gaskets as required. Sufficient number of flanges and unions shall be provided for future cleaning and servicing of piping. Tee-off connection shall be through equal or reducing tees. All equipment and valve connections or connections to any other mating pipes shall be through flanges required for the mating connections. BF valves globe valves check valves and strainers shall be similar to those Specified for chilled water piping. All condensate drain piping shall be insulated and painted as per the section “Insulation” if indicated in Bill of Quantities.

HVAC TENDER DOCUMENT

Technical Specifications

34

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

After the piping has been installed, tested and run for at least three days of eight hours each, all exposed & uninsulated piping shall be given two finish coats, of approved colour, conforming to relevant BIS Codes. The direction of flow of fluid in the pipes shall be visibly marked with identifying arrows. For painting of insulated and clad pipes refer to insulation section. 4.7

PIPING INSTALLATION: a.

Tender Drawings indicate schematically the size and location of pipes. The Contractor, on award of the work, shall prepare detailed shop drawings, showing the cross- section, longitudinal sections, details of fittings, locations of isolating and control valves, drain and air valves, and all pipe supports. He must keep in view the specific openings in buildings and other structures through which pipes are designed to pass.

b.

Piping shall be properly supported on, or suspended from, stands, clamps, and hangers as specified and as required. The Contractor shall adequately design all the brackets, saddles, anchors, clamps and hangers and be responsible for their structural sufficiency. All pipes in plant room shall be supported with galvanized steel channel and MS Class ‘C’ pipes, supported from floor only.

c.

Pipe supports throughout out side the plant room shall be of steel, adjustable for height and hot dip galvanized. Where pipe and clamps are of dissimilar materials, a gasket shall be provided in between. Spacing of pipe supports shall not exceed the following:

PIPE SIZE Up to 12 mm 15 to 25 mm 30 to 150 mm Over 150 mm

SPACING BETWEEN SUPPORTS 1.5 Meter 2.0 meter 2.0 meter 2.5 meter

Vertical risers shall be parallel to walls and column lines and shall be straight and plumb. Risers passing from floor to floor shall be supported at each floor slab by clamps or collars attached to pipe and with a 15-mm thick rubber pad or any resilient material. Risers shall have a suitable clean out at the lower point and air vent at the highest point. Pipe sleeves at least 3 mm thick, 50 mm / 100 mm larger in diameter than condenser / chilled water pipes respectively shall be provided wherever pipes pass through wall and slabs. Annular space shall be filled with fibre glass and finished with retainer rings. Insulated piping shall be supported in such a manner as not to put undue pressure on the insulation. 20 gauge metal sheets shall be provided between the insulation and the clamp, saddle or roller, extending at least 15 cm both sides of the clamp, saddles or roller. All piping work shall be carried out in workmen like manner, causing minimum disturbance to the existing services, buildings, and structure. The entire piping work shall be organized, in coordination with other agency’s work, so that laying of pipe supports, pipes and pressure testing for each area shall be carried out in one stretch. Cut outs in the floor slabs for installing the various pipes are indicated in the Drawings. Contractor shall carefully examine the cut outs provided and clearly point out where the cut outs shown in the Drawings do not meet with the requirements. The Contractor shall make sure that the clamps, brackets, clamp saddles and hangers provided for pipe supports are adequate. Piping layout shall take due care for expansion and contraction in pipes and include expansion joints wherever required. All pipes shall be accurately cut to the required size in accordance with relevant BIS Codes. Open ends of the piping shall be closed as the pipe is installed to avoid entrance of foreign matter. Where reducers are to be made in horizontal runs, eccentric reducers shall be used for the piping to drain freely. In other locations, concentric reducers may be used. Flanged inspection pieces 1.5 meters long, with bolted flanges on both ends, shall be provided no more HVAC TENDER DOCUMENT

Technical Specifications

35

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

than 30 meters centres wherever shown in Approved-for- Construction shop drawings, to facilitate future cleaning of all welded pipes. All buried pipes shall be cleaned and coated with zinc chromate primer and bitumen paint, then wrapped with three layers of fibreglass tissue, each layer laid in bitumen. Insulated buried pipes shall be cleaned, de-rusted, and then coated with rust-resistant primer. Insulation shall be applied as per the section “Insulation”, wrapped with insulation as per specified thickness in the BOQ and covered with covered with silver class ( PVC+Alu+UV Resistance Face ) cladding . insulation manufacturer recommended / approved low VOC adhesive is proposed to apply over CHW piping. Auto purge valves shall be provided at all high points in the piping system for venting. Air valves shall be 15-mm pipe size valves with screwed joints. Discharge from the air valves shall be piped through an equal sized mild steel or galvanized steel pipe to the nearest drain or sump. These pipes shall be pitched towards drain points. 4.8

4.9

PRESSURE GAUGES AND THERMOMETERS: a.

Pressure gauges as specified under section “Instruments” shall be provided at the suction and discharge of pumps, chilled water supply and return at system load units, at chillers and at condensers, as shown on the Drawings and included in Bill of Quantities. Care shall be taken to protect pressure gages during pressure testing.

b.

Thermometers as specified under section “Instruments” shall be provided at chilled water supply and return at air handling units, at chillers and at condensers, as shown on Drawings and included in Bill of Quantities.

BALANCING: After completion of the installation, all water system shall be adjusted and balanced to deliver the water quantities as specified, quoted, or as directed. Pressure independent dynamic flow control valve (PICV) which has 100% valve authority compared to conventional 2 way valves which have max. 50% authority ,valves shall be set for full flow conditions during balance procedure. Complete certified balancing report should be submitted for evaluation and approval. Upon approval, four copies of the balancing report shall be submitted with the as- installed drawings and completion documents.

5.0

SHEET METAL WORK: a)

CODES AND STANDARDS Ducts shall be made of either Galvanized sheets or Aluminum sheet & confirm to IS: 655. The Galvanized steel sheet shall confirm to IS: 277. Aluminum sheet shall confirm to IS: 737. The duct construction shall be as follows:

b)

RECTANGULAR G I DUCT CONSTRUCTION:

Up to 750 751 to 1500 MS angle

THICKNESS-G GSS AL 24 22 22 20

1501 to 2250 MS angle

20

18

2251 & above MS angle

18

16

MAX. SIDE

HVAC TENDER DOCUMENT

TYPE OF JOINT

BRACING

25 mm QSS flanges 25 mm x 3 mm MS angle flange. 40 mm x 3 mm MS angle flange. 40 mm x 3 mm MS angle flange.

None 25 mm x 3 mm

Technical Specifications

40 mm x 3 mm at 1.25 m centers. 40 mm x 3 mm at 1.25 m centers.

36

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

c)

HANGERS FOR G I DUCT: SPACING (M)

SIZE OF MS ANGLE (MM X MM)

Up to 750

2.5

40 x 40 x 3

10

751 to 1500

2.5

50 x 50 x 3

15

1501 to 2250

2.5

50 x 40 x 3

15

DUCT (MM)

d)

SIZE

SIZE OF ROD DIA. (MM)

G I DUCT INSTALLATION: All ducts shall be fabricated and installed in workman like manner, generally confirming to IS: 655: 1963 updated. Round duct shall be die- formed for achieving perfect circle configuration. Ducts shall be straight and smooth on the inside with neatly finished joints. All joints shall be made airtight. All exposed ducts within conditioned spaces, shall have slip joints - no flanged joints. The internal ends of slip joints shall be in the direction of air flow. Ducts and accessories within ceiling spaces, visible from air-conditioned areas shall be provided with two coats of mat black finish paint. Changes in the dimensions and shape of ducts shall be gradual. Air-turns shall be installed in all vanes, arranged to permit the air to make the turn without appreciable turbulence. Ducts shall be fabricated as per details shown on drawings. All ducts shall be rigid and adequately supported where required standing seams, teas, or angles, of ample size to keep the ducts true to shape and to prevent buckling, vibration or breathing. All sheet metal connections, partitions and plenums required to confine the flow of air to and through the filters and fans, shall be constructed of 18 G GSS / 16 G Aluminium, thoroughly stiffened with 25mmx25mmx3mm angle iron braces and fitted with all necessary inspection doors as required to give access to all parts of the apparatus. Doors shall be not less than 45 cm x 45 cm in size. Plenums shall be panel type and assembled at the site. Fixing of MS angle, iron flanges on duct pieces shall be with rivets heads from inside and riveting shall be done from outside. Rubber lining 6 mm thick shall be used between duct flanges instead of felt, in all clean room ducting installations. The contractor shall provide and neatly erect all sheet metal work as may be required to carry out the intent of this specifications and drawings. The work shall meet with the approval of the engineer In-charge at site in all it parts and details. The contractor shall make all necessary provisions and allowances to avoid beams or other structural work, plumbing or other pipes, and / or conduits, the ducts shall be transformed, divided or curved to on a side, (the required area being maintained) all as per the site requirements. If a duct can not be run as shown on the drawings, the contractor shall install the ducts between the required points by any path available, in accordance with other services and as per approval of site engineer. All ductwork shall be independently supported from building construction. All horizontal ducts shall be rigidly and securely supported, in an approved manner, with trapeze hangers formed of MS rods and angle iron.

HVAC TENDER DOCUMENT

Technical Specifications

37

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Ducting over ceiling shall be supported from beams, after obtaining approval of site engineer. In no case shall any duct be supported from false ceiling hangers or be permitted to rest on false ceiling. Where metal ducts or sleeves terminate in woodwork, tight joints shall be made by means of closely fitting heavy flanged collars. Where ducts pass through brick or masonry openings, wooden frame work shall be provided within the opening and crossing of ducts provided with heavy flanged collars on each side of the wooden frame work, so that duct crossing is made leak - proof. All ducts shall be totally free from vibration under all conditions of operation. Wherever duct work is connected to fans / air handling units or blower coil units that may cause vibrations in the ducts, ducts shall be provided with two flexible connections, located close to the unit, in mutually perpendicular directions, flexible heavy canvas sleeve at least 10 cm long securely bonded and bolted on both sides. Sleeve shall be made smooth and the connecting ductwork rigidly held by independent supports on both ends. The flexible connection shall be suitable for pressures at the point of installation and shall be of approved make. DAMPERS: All dampers shall be louver dampers of robust construction and tight fitting. The design, method of handling, and control shall be suitable for the location and the service required. Dampers shall be provided with suitable links, levers, and quadrants as required for their proper operation, control or setting devices shall be made robust, easily operable and accessible through suitable access doors in the ducts. Every damper shall have an indicating device clearly showing the damper position at all the times. Dampers shall be placed in ducts at every branch supply or return air duct connection, whether or not indicated on the drawings, for the proper volume control and balancing of the system. f)

FIRE DAMPERS: All supply and return air ducts at AHU room crossing and at all floor crossings shall be provided with approved make Motorized fire dampers of at least 2.0 hour fire rating. Fire damper blades shall be single / multi piece folded high strength galvanized steel construction. In normal position, these blades shall be gathered and stacked at the frame head, providing maximum air passage and preventing passing air currents from creating noise or chatter. The blades shall be held in position by solenoid valve. All fire dampers shall be smoke sensor actuated and solenoid valve operated. Ionization type smoke sensors shall be provided in the return air paths. In case of fire, the intrinsic energy of the folded blades shall be utilized to close the openings. The thrust from closing of the damper shall operate a limit switch mounted in the bottom frame of fire damper within the duct. Closing of this limit switch shall cut off the power supply to the AHU fan. Stopping all air flow instantaneously. No hinges or blade linkages shall be permitted which may give way under heat or air pressure. The thrust of suddenly released tension shall instantly drive the blade down and keep it down without the use of springs, weights or other devices subject to failure. Fire damper sleeves and access doors shall be provided within the ducts in accordance with the manufacturers recommendations. The contractor shall also furnish to the owner, the necessary additional spare solenoid valve, as recommended by manufacturer, at the time of commissioning of the installation.

HVAC TENDER DOCUMENT

Technical Specifications

38

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

g)

SUPPLY AND RETURN AIR REGISTERS: Supply and return air resisters shall be of anodized Aluminum section construction with individual adjustable bars as shown on drawings and indicated in Bill of quantities. Supply air register shall be generally double deflection type, with removable key operated volume control dampers. Return air resisters shall be generally similar to supply air resister but without dampers. All supply and return resisters behind wooden grilles shall be single deflection type with one-way bars only, the supply air resisters being provided with removable key operated volume control dampers. All resisters shall be selected in consultation with site engineer. Different spaces shall require horizontal or vertical face bars and different width of margin frames. All resisters shall have a soft, continuous rubber gasket between the periphery of the register and the surface on which it has to be mounted. The effective area of the registers shall not be less than 75 % of gross face area. Resister shall be adjustable pattern as each grille bar shall be pivot able to provide pattern with 0 to ± 50° horizontal arcs and up to 30° deflections downwards. Bars shall hold deflection settings under all conditions of velocity and pressure. Excluded Aluminium registers shall have fixed bars. Set-back vertical members of approved thickness shall reinforce bar longer than 45 cm.

h)

SUPPLY AND RETURN AIR DIFFUSERS: Supply and return air diffusers shall be of approved make as shown on the drawings and/or indicated in the Bill of quantities. Round or Rectangular Diffuser: Shall be anodized Aluminum section construction, square, rectangular, or round diffusers with flush fixed pattern. Diffusers for different spaces shall be selected in consultation with site engineer. Supply air diffusers may be equipped with fixed air distribution grids, removable key operated volume control dampers, and anti-smudge rings as required in specific applications, all as per requirements of Bill of quantities. Linear Diffuser: Shall be anodized Aluminum section construction, one or two-way blow linear diffusers. Supply air diffusers shall be provided with volume control / balancing dampers within the supply air collar. Diffusers for different spaces shall be selected in consultation with site engineer and provided as per requirement of Bill of quantities. All linear / square / round diffusers shall have volume control dampers of MS construction.

i)

METHOD OF MEASUREMENTS FOR AIR DISTRIBUTION SYSTEM Sheet Metal work: Duct Length shall be measured along the centre line from flange face to face unless otherwise stated. Ductwork shall be measured on the basis of external surface area (length as measured above, multiply by duct perimeter) of ducts including the joints for each duct section. Duct measurement shall be taken before application of the insulation. For taper section average perimeter shall be used for measurement. For special pieces like bends, reducers, branches, and collars, mode of measurement shall be identical to as described above using the length along the centre line. The quoted unit rate for external surface of ducts shall include all wastage allowances, flanges and gaskets for joints, nuts and bolts, hangers and angles, and angles/flats with double nuts for supports, felt strip between duct and support, vibration isolation, inspection chamber / access panel, splitter damper with quadrant and lever for position indication, turning vanes, straightening vanes, and all other accessories required to complete the duct installation as per the specifications. These accessories shall not be separately measured nor paid for. Duct Accessories: Shall be measured by the cross section area perpendicular to air flow. Grilles and diffusers:

HVAC TENDER DOCUMENT

Technical Specifications

39

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Width multiplied by height, excluding flanges, volume control dampers shall form part of the unit rate for registers and shall not be separately accounted. Diffusers: Cross-section area for airflow at discharge/capture area, excluding flanges. Volume control dampers shall form part of unit rate for supply air diffusers and shall not be separately accounted. Linear Diffusers: Shall be measured by linear measurements only not by cross sectional areas, and shall exclude flanges for mounting of linear diffusers. The supply air plenum for linear diffusers shall be measured with ducting as described earlier. Fire Damper: Shall be measured by their cross sectional area perpendicular to the direction of airflow. Quoted rates shall include the necessary collars, and flanges for mounting, inspection pieces with access door, solenoid valves etc. No special allowances shall be payable for extension of cross section outside the air stream. Flexible connection: Shall be measured by their cross sectional area perpendicular to the direction of airflow. Quoted rates shall include the necessary mounting arrangement, flanges, nuts and bolts and treated-for-fire requisite length of canvas cloth. j)

TESTING & BALANCING: After the installation of the entire air distribution system is completed in all respects, all ducts shall be tested for air leaks by visual inspection. The entire air distribution system shall be balanced using anemometer. Measured air quantities at fan discharge and at various outlets shall be identical to or less than 5 % in excess of those specified and quoted. Branch duct adjustments shall be permanently marked after air balancing is completed so that these can be restored to their correct position if disturbed at any time. Complete air balance report shall be submitted for scrutiny and approval, and four copies of the approved balance report shall be submitted along with the completion documents.

5.1

PRE-INSULATED ALUMINIUM POLYURETHANE DUCTWORK The following preferred ductwork system to be installed: Pre-insulated aluminum ductwork made of aluminum / polyurethane sandwich panels, comprising expanded polyurethane rigid foam board faced on both sides by aluminum foil. Physical characteristics of the panels shall be as follows: AREAS

AIRCONDITIONED

AIRCONDITIONED

PLANT ROOM

PLANT ROOM

EXPOSED

EXPOSED

THICKNESS OF PANEL

20

MM

30

MM

30

MM

THICKNESS OF ALUMINIUM

80/80

MICRONS

80/200

MICRONS

80/200

MICRONS

DENSITY OF FOAM

45

KG/CUB. METER

48

KG/CUB. METER

48

KG/CUB. METER

FINISHING OF ALUMINIUM

EMBOSSED

EMBOSSED

EMBOSSED

EMBOSSED

EMBOSSED

EMBOSSED

Both sides of the aluminum foils shall be lacquered with a 3g/m2 weatherproof and ultraviolet rays protection polyester lacquer. All the panels shall have to be embossed with the name of the manufacturer and production date. Thermal insulation characteristics shall be as follows:

HVAC TENDER DOCUMENT

Technical Specifications

40

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Insulating material: Close cell rigid expanded polyurethane foam, CFC free, density 45 to 48 Kg/m3, material physiologically and chemically inert and insoluble, vermin proof, fungus proof, non metabolisable. Thermal conductivity: 0.022 W/mK or better. Water absorption shall be less than 0.5% by 24 hours immersion test. Water vapour diffusion: M= infinity resistance. The aluminum foil covering the panel to be maintained intact after installation to ensure vapor barrier continuity. All the panels to be used should be labeled by authorized international fire laboratories. The panel manufacturer shall comply with Fire Mideast Product Listing (MPL) and Factory Production Control Certificate (FPC), by authorized international laboratories. The panel shall be tested and comply with the following standards: NFPA 101 Life Safety Code Class ‘A’ ASTM E84 Class “1” NFPA 255 UL 723 Toxicity Index shall not exceed 5.7 according to NES 713 Class ‘O’ according to BS 476 Part 6 & 7. Temperature Range: No relevant reduction of insulation, chemical or physical characteristics of the panels to be measurable, when conveying air in the temperature range of –35oC to +110oC. Pressure Range: No relevant modification of insulation, chemical or physical characteristics of the panels to be measurable, when conveying air up to the pressure of 1,750 Pascal. Installation shall be supervised & certified by the manufacturer’s representative. 5-years warranty shall be offered for the insulation material characteristics. Joint System: The joints between the ducts shall be using aluminium / polymer invisible flanges and slide-in-channel to be used and to be connected by special cover corners, having a holding pin, which goes inside the flange and the insulation, to avoid any field connection and to give the system more strength. Ductwork shall be installed, using supports, as described in DW144 & according to manufacturer’s requirements. Maximum distance between supports shall not exceed: - 4000mm for ducts with section not is exceeding 1200 x 1000mm. - 2000mm for ducts with section exceeding 1200 x 1000mm. The thickness of the sheet shall be as follows :Size of Duct

Sheet Thickness

2.3.1

Upto 500 mm

20 mm

2.3.2

551 mm to 1000 mm

20 mm

2.3.3

1001 mm onwards

20 mm

2.3.4

For exposed to sunlight ducting

30 mm

HVAC TENDER DOCUMENT

Technical Specifications

41

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Changes in section of duct work shall be affected by tapering the ducts with as long a taper as possible. All branches shall be taken off at not more than 45 DEG. Angle from the axis of the main duct unless otherwise approved by the Engineer-In-Charge. All ducts shall be supported from the ceiling/slab by means of M.S. Rods of 6/9 MM (3/8")DIA with M.S. Angle at the bottom. The rods shall be anchored to R.C. Slab using metallic expansion fasteners. Installations During the construction, the contractor shall temporarily close duct openings with same material covers to prevent debris entering ducts and to maintain opening straight and square, as per direction of Engineer-In-Charge. Great care should be taken to ensure that the duct work does not extend outside and beyond height limits as noted on the drawings. The ducts shall be re-in forced with structured members where necessary, and must be secured in place so as to avoid vibration of the duct on its support. All air turns of 45 degrees or more shall include curved metal blades or vanes arranged so as to permit the air to make the abrupt turns without an appreciable turbulence. Turning vanes shall be securely fastened to prevent noise or vibration. 6.0

INSULATION: a)

SCOPE: The scope of this section comprises the supply and fixing of insulation conforming to these specifications and in accordance with requirement of Bill of quantities. MATERIAL: Insulation material shall be EPDM Nitrile Rubber – Class O Closed Cell Elastomeric EPDM Nitrile Rubber Insulation material shall have anti-microbial product, which is EPA approved, as an integral part of insulation that cannot be washed off or worn off, which does not allow the microbes to function, grow and reproduce. Microbiological growth on insulation surface should confirm to following standards: Mould Growth – UL 181; Fungi Resistance – ASTM G21/C1 338 and Bacterial resistance – ASTM G 22. Density of Material shall be between 40 to 60 Kg/m3. Thermal conductivity of Elastomeric EPDM Nitrile rubber shall not exceed 0.033 W/m°K at an average temperature of 0°C. The insulation shall have fire performance such that it passes Class 1 as per BS476 Part 7 for surface spread of flame as per BS 476 and also pass Fire Propagation requirement as per BS476 Part 6 to meet the Class ‘O’ Fire category as per 1991 Building Regulations (England & Wales) and the Building Standards (Scotland) Regulations 1990. Water vapour permeability shall not exceed 1.74 x 10-14 Kg/m.s.Pa, i.e. Moisture Diffusion Resistance Factor or ‘μ’ value should be minimum 10,000. Thickness of insulation shall be as specified for particular application or as specified in Bill of quantities. Samples of insulation material shall be submitted for approval and shall be tested for thermal conductivity values. Adhesive used for setting insulation shall be cold setting compound non-flammable, vapor proof adhesive, shalimar CPRX compound or equivalent approved make. DUCT INSULATION: Duct acoustic lining: Internal Acoustic lining for ducting is proposed (discharge duct) with 19 mm thick Arma sound material.

HVAC TENDER DOCUMENT

Technical Specifications

42

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Acoustic duct lining shall be applied inside the duct for a minimum distance of 3 meter or as shown in the drawing from the outlet of air handling units or as specified in drawings or as indicated in Bill of quantities. Acoustical duct lining shall be applied as follows: i)

The inside surface of the duct shall be cleaned and covered with cold setting adhesive compound.

ii)

Depending on size of duct fit min. 2 or more rows of insulation fixing pins to each face of duct at every 300 mm center distance. Pins shall be self-adhesive, bond on type. Carefully position insulation over the pins, pressing firmly so that pins penetrate through the insulation. Fit spring clip or lock washer over pins pushing them down until they are tight against insulation. Snip off any excess shank from pin. Seal all joints and openings with self adhesive tape.

ii)

Depending on size of duct fit min. 2 or more rows of Mechanical fasteners (G.I Bolts) of sufficient length to each face of duct at every 300 mm center distance. Pins can be self adhesive type, bond on type. Carefully position insulation over the bolts, pressing firmly so that bolts penetrate through the insulation. Fit G.I nut over the bolts pushing them down until they are tight against insulation. Snip off any excess shank from bolt. seal all joints and openings with self adhesive tape.

iii) The inside surface shall be covered with fiberglass tissue paper and 26 gauge perforated aluminum sheets having at least 15 percent perforation. iv) The aluminum sheet shall be screwed using cup washers. And neatly finished to give smooth inside surfaces. Use of nails shall not be permitted. iv) The aluminum perforated sheet shall be screwed along with G.I nut to give smooth inside surfaces. v)

All Meeting Rooms, Training Rooms, Conference Rooms, Well area & Executive Dining area return air duct will be acoustically insulated.

Duct thermal insulation: Thermal insulation shall be applied over external surface of duct as per following procedure: With Nitrile Rubber of thickness & density as per BOQ. Duct surfaces shall be thoroughly cleaned and joints shall be made air tight. Apply a thin layer of tar paints of Rubber Adhesive, Adhesive shall be applied on all side of duct. Fix the insulation of specified thickness over the surface of the duct tightly before adhesive dries out. All transverse and longitudinal joints shall be sealed with 40 mm wide Adhesive tape. DRAIN PAN INSULATION: If insulated drain pan is not part of the AHU, then drain pan shall be insulated as under: 25 mm thick Nitrile Rubber shall be applied over the surface with help of cold setting adhesive. ACOUSTIC INSULATION OF AHU ROOM: Walls and ceilings of AHU rooms shall be provided with acoustic insulation; Further the return air volume within the truss areas for each AHU return path shall be isolated with Acoustic insulation. The procedure shall be as under: HVAC TENDER DOCUMENT

Technical Specifications

43

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Fix 25mm x 25mm (if specify in BOQ 50mm x 50mm) wooden battens, treated with solegnum and fire resistant paint, at 600 mm centres to the wall and ceiling by means of row plug and brass screws. Fix one layer of 25mm (if specify in BOQ 50mm) thick resin bonded fibre glass between battens with cold setting adhesive compound. Entire insulation shall be covered with fibre glass tissue paper. Fix 3 mm thick perforated hard board sheets with round headed brass screws over the entire insulation surface taking care to fix the sheet on solegnum treated wooden battens. If specified in Bill of quantities, 26 G perforated aluminium sheets, having 15 % perforation shall be fixed over insulation surface with round headed brass screws taking care to fix the sheet on wooden battens. Overlapping of aluminium sheets shall be covered with aluminium strips. Acoustical lining of walls shall be terminated approximately 150 mm above the finished floor to prevent damage to insulation due to accidental water logging in plant/AHU rooms. 6.1

UNDER DECK INSULATION: Underdeck Insulation of the exposed roof shall be carried out with xx mm Extruded Poly Styrene Board having following Thermal insulation characteristics: Insulating material: Extruded Poly Styrene board Thermal conductivity: ( ASTM C518 ) 90 days at 24 Deg C : 0.028 W/mK or better. ( The above is very essential that the above properties should be tested for 90 Days ) Density : 30 – 32 Kg/Cu. Mt. Thickness : As per BOQ Water absorption: As per ASTM C272 : % ( V / V ) : Less then 0.1 Compressive Strenth : 250 Kpa APPLICATION • Clean the roof surface which is to be insulated •

Secure the panel in position with the help of GI screw washer & GI diagonal wires.



The insulation shall also be carried out to the exposed beams and columns within the air – conditioned space.

Code Compliance : ECBC 2009 6.2

Thermal Insulation Canvas Coating for weather protection DESCRIPTION Thermal Insulation canvas coating is to be done with STARBOND 30-36 a tough and flexible adhesive and sealant, forming a durable seal against air leakage. Due to its excellent water, U.V. and abrasionresistance, it is proposed to use in outdoors as well as indoors in thermal insulation system on metal duct. As specified in BOQ SURFACE PREPARATION The surface should be clean, dry and free from oil, grease and loose particles. APPLICATION METHOD 2

Apply a tack coat of STARBOND 30-36 @ 2 to 2.5 m per liter. After applying tack coat immediately HVAC TENDER DOCUMENT

Technical Specifications

44

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

imbed the selected lagging fabric smoothly in to the wet coating. Apply two finish coat STARBOND 3036 2

at rate of 2.5 to 3 m / liter. It is very important to ensure that each coat of STARBOND 30-36 totally cured before the next coat is applied. The dry film thickness will vary with fabric selected. MOOD OF APPLICATION Brush-Use suitable paint brush and apply with full brush and spared out evenly. Roller- Use medium size paint roller and dipped fully and spread out evenly. Spray- Starbond 30-36 can be applied with airless spray. For airless equipment information, please contact your equipment supplier followed by product viscosity mentioned in data. Technical Perameter Base No. of component Color Consistency Non volatile Content Viscosity Specific gravity Bonding time Drying time Service temp. Flash point Water vapour permeability Water permeance (perms) Cured film Water tightness Chemical resistance Insulation properties Solar reflection 6.3

Special synthetic resin one White Thixotropic like paste As per guidelines of ASTM D 1644-01 65000 to 75000 cps @ 300 C rpm 15 As per guidelines of ASTM 1475-98 45 minutes (at 200c, 50% rel. humidity) 200c, 50% rel. humidity) 3 to 4 hours temp. * depending on ambient As per guidelines of ASTM D 1640-03 Up to 2340 F (1120C As per guidelines ASTM D 93 As per guideline of IS: 1060(Pt.2)1960 As per guideline ASTM E-96 Inch pound unit Flexible, tough Excellent Good Excellent Excellent

METHOD OF MEASUREMENT FOR INSULATION: Measurement of duct, piping, equipment, plant room and false ceiling insulation shall be taken as per following basis. All duct thermal insulation and acoustic duct lining shall be measured on the basis of prime surface area (bare duct surface area), excluding all openings for grilles and diffusers and including all flanges, dampers etc. Thus the surface area for thermally insulated duct as well as acoustically lined duct shall be equal to perimeter (comprising outer width and depth of bare duct to be insulated) multiplied by centerline length of duct including all tapered pieces, tees, bends, branches etc. Support structure required for the ducting support will not be considered as an extra. Acoustic insulation of AHU and A.C. plant room shall be measured on the basis of finished surface area.

7.1

CONTROL VALVES AND ACTUATORS:

The 2 way type control valves with modulating actuators shall be of dynamic self balancing control valve installed in the chilled water piping at the outlet of each AHU and shall operate based on the Space Return Air temperature. The valve shall be with screwed ends up-to 40 mm NB size; starting 50 mm NB size, the valves shall be of CI body with flanged ends. Valves shall have 100% authority & site adjustable maximum flow rate features; Separate auto/manual balancing valve shall not be installed in the system where ever above valves are installed. The offered package shall comprise of stand alone site programmable Single loop controller with RTD sensor one each for control valve and shall be integrated with valve assembly at site. The controller and valve protocols should match as required\ OR as per BOQ requirements. HVAC TENDER DOCUMENT

Technical Specifications

45

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

2/3 wire RTD sensor shall be installed on the return air path and shall be wired upto the single loop controller to provide temperature feedback. The controller shall provide 4-20 mA or 0-10V analog output to the valve modulating actuator as per offered actuator protocol. Specifications for the valve with actuator are as under: Sr.

Dynamic self balancing Control Valves & Modulating Actuator

Particulars (40 mm NB and below)

Particulars ( 50 mm NB and above)

1

Maximum pressure & operating ambient temperature for valve

2500 kPa, 360 psi / - 10 deg C to 54 deg C

4000 kPa / 580 psi / -10 C to 54 C

Media temperature

- 20 deg C to 120 deg C

- 20 to 120 C

2

Range ability

3

Material details for

body / End connection /

4

Body

Forged Brass ASTM B584

Ductile iron ASTM A53665T eq.

5

End Connections

Brass alloy, NPT

Flanged ends

6

Diaphragm

Hydrogenated acrylonitrilebutadiene-rubber

Do

7

Internal Components

SS

Do

8

O ring

EPDM

Do

9

Body tapping

As per Mfr

As per Mfr

10

Max Close off pressure

700 kPaD, 101 psi

Do

11

Max operational ∆P

320 kPaD, 46 psid

400 kPaD, 58 psid

Actuator details

Common for all valve sizes

1

Supply volts and Frequency

22-28V AC or 28-32V DC / 50 Hz

2

Power Consumption

Max 20VA @ 26V DC

3

Control input

2-10V DC / 4-20mA

4

Position output (flow feedback feature) mandatory

2-10 V DC / 4-20mA

5

Enclosure / Housing material

IP44 minimum / Aluminium

6

Feature

Preferred Spring return – so as to bring the valve to safety position during power failure.

7

Humidity rating

Fully Coated Electronic Board or equivalent procedure

Sensor (RTD) details 1

Sensor Material

100/1000 ohm Ni/Pt RTD sensor

2

Immersion Tube

SS

3

Measurement Accuracy

± 0.3 deg C

4

Protection

IP 65

5

Standards

EN 50081-1 / EN50082-2 or eq.

6

Memory

Semiconductor nonvolatile

7

Standards

ENC 610101 or eq

HVAC TENDER DOCUMENT

Technical Specifications

46

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 7.2

COMBINED T+RH TRANSMITER

Combined Temperature and Relative Humidity Sensors/Transmitter (Installed in AHU RA path for Humidity and Temp sensing) 1. The sensor shall be a solid state, resistance type relative humidity sensor of the Bulk Polymer Design. The sensor element shall be washable and shall resist surface contaminations. • Materials: Polymer • Mounting: Duct or Wall • Range: 0% to 100% • Accuracy: +/-3% • Protection: 0-100% non-condensing • Output: 0-10vDC, 4-20mA for Rh / RTD output for T sensor • Special: Duct or Wall Mounting Kit • Combined Temperature sensor: RTD Type 7.3

DIFFERENTIAL PRESSURE TRANSMITTERS The DP Transmitter shall be for air DP and supplied with all Accessories (for AHU Discharge Duct pressure measurement and for Shaft DP measurement for stairwell pressurizatroin system) 1. General Air Differential Pressure Transmitter Requirements: a. Pressure transmitters shall be constructed to withstand 100% pressure over-range without damage and to hold calibrated accuracy when subject to a momentary 40% over-range input. b. • • • • • • • c.

Materials: Brass bellows Mounting: Pipe mounted Range: 100mbar to 5bar, 60mbar fixed differential. Operating Range: -30 ºC to 80 ºC Protection: 10 bar Differential overpressure, IP65 Housing. Output: Changeover contact, 1A @ 250Vac Special: Pipe taps and shut off valves provided by Mechanical Contractor.

Differential pressure transmitters used for flow measurement shall be sized to the flow-sensing device and shall be supplied with shutoff and bleed valves in the high and low sensing pick-up lines (3 valve manifolds).

d. Provide a minimum of a NEMA 1 housing for the transmitter. Locate transmitters in accessible local control panels wherever possible. e. Low air pressure, differential pressure transmitters used for room filter monitoring. Shall be equipped with a LED display indicating the transmitter output signal 8.0

PAINTING - COLOUR CODE. All Equipments shall be supplied with approved finish. Shop coat of paint that have become marred during shipment or erection shall be cleaned off with mineral spirits, wire brushed and spot primed over the affected areas, then coated with two coat of synthetic enamel paint. Pump base-plate / piping supports subject to water exposure to be painted with rubber paint using zinc base primer. Water treatment Units to be painted with anticorrosive paint / CGC, as exposed to acid and caustic solutions. All sheet steel work shall undergo a process of degreasing, thorough cleaning, and painting with a high corrosion resistant primer. All panels shall then be baked in an oven. The finishing treatment shall be by application of synthetic enamel paint of approved shade. All exposed condenser water piping shall be applied with cold galvanizing spray / paint.

HVAC TENDER DOCUMENT

Technical Specifications

47

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

8.1

STANDARD COLOUR CODE: The tentative colour code given below shall be followed. However changes if any will be indicated well in advance. All painting colour code shall be approved before execution. No separate payment shall be made for painting work. ITEM : ƒ ƒ ƒ ƒ ƒ ƒ ƒ ƒ ƒ ƒ ƒ ƒ

COLOUR:

Condenser, Pumps, Belt guards Motors Chiller AHU POT Strainers B.M Valve / Copper Line Gauge Panel / MP panel Chilled water Line – In let / Return / & storage tank Out let / Supply All supports / Stands / drain Condenser water piping In let / Return / & storage tank Out let / Supply Cooling Towers Ducting / Grilles / Diffusers

ƒ ƒ ƒ ƒ ƒ ƒ ƒ

Battleship Grey Siemens Grey Dark Blue Mulshell Grey Grey Golden Siemens Grey

ƒ ƒ ƒ

Light Blue Dark Blue Black

ƒ ƒ ƒ ƒ

Light Green Dark Green Light Green Approved by Architect

All “Approved shade” shall be duly approved by Engineer In-charge / Architect. 9.0

INSPECTION AND TESTING:

9.1

INSPECTION (PRE-DISPATCH & SITE), TESTING & ACCEPTANCE. Pre-dispatch inspection shall be carried out for certain items. All the system equipments, parts shall be checked for physical damage, before commencing the installation work. Complete fabrication, installation and commissioning work shall be jointly supervised and shall be carried out as per the specifications and instructions of site Engineer In-charge. All the rotating equipment shall be checked for static and dynamic balancing, minimum operating vibration and noise. All the system / equipments shall be checked before / after satisfactory commissioning, at manufacturer’s works / site as may be required for the approved technical specifications, performance data provided by supplier / manufacturer. Actual capacity of each equipment shall be calculated based on the test readings, recorded jointly, for design conditions / operating conditions. Performance acceptance is subject to comparison of test results with supplier / manufacturer’s performance data and contract specification. Acceptance is subject to satisfactory installation, commissioning and performance testing with respect to technical specifications. Rejected items must be replaced or rectified for the defects. In case of system modification / rectification complete performance tests are to be repeated. Site test readings shall be jointly recorded.

9.2

In general following Inspection / tests are involved. Type of test, duration of test, testing procedure / parameters, will be as per the applicable BIS codes. However the detail Inspection and test procedure shall be worked out jointly by the purchaser and the contractor along with the approval of drawings, within 30 days from the date of contact agreement. a.

Pre-dispatch Inspection.

b.

Pre-dispatch testing at manufacturers shop / factory. (Material, performance, pressure, joints, etc.)

c.

Physical Inspection – Pre-installation at site.

d.

Welding joint inspection and testing at site.

HVAC TENDER DOCUMENT

Technical Specifications

48

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

9.3

e.

Pressure testing at site.

f.

Performance testing at site (capacity, power consumption, pressure drop, vibration, etc.)

g.

Calibration at site.

SR.

ITEM/ EQUIPMENT

INSPECTION / TEST INVOLVED.

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

Water chilling machines Cooling Tower Pumps Air Handling Units Electrical control panel boards Piping - MS & GI Piping and fittings Valves / Control valves and strainers Instruments and controls Insulation

a, b, c, e, f. a, b, c, e, f. a, b, c, e, f. a, b, c, e, f. a, b, c, e, f. a, b, c, d, e, f. a, b, c, d, e, f. c, e, f. c, e, f, g. a, b, c, e, f.

TEST CERTIFICATES: Contractor shall furnish following Test certificates:

9.4



Material testing of various components of the equipments/ system parts.



Fabrication inspection / test certificates– Radiography and others



Welder’s qualification certificate.



Performance test certificates carried out by manufacturer before Pre- dispatch inspection & testing.



Performance test certificates carried out by manufacturer.



Performance guarantees certificate / calibration certificate



All equipment operation and maintenance manual.

TESTING THE EQUIPMENTS AT SITE: The following aspects shall be considered for performance testing. •

Prevailing conditions shall be as close as to design conditions.



Type, quantity, location, frequency, duration of test parameters shall be decided and recorded accordingly during the test.



Rated capacity, power consumption, and other operating parameters shall be checked.



Functional test for all Instruments, controls (safety and capacity) shall be carried out to check for the expected operation / action / accuracy / response time / repeatability parameters.

(a) Chiller Unit: The unit shall be selected and installed for the lowest operating speed and noise level. Capacity ratings and power consumption with operating points clearly indicated shall be submitted and verified at the time of testing and commissioning of the installation. Measurements of chilled water flow rate and temperature of chilled water in and out of the chilling unit shall ascertain capacity. Power consumption shall be computed from measurements of incoming voltage & input current to the chilling machine. HVAC TENDER DOCUMENT

Technical Specifications

49

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

(b) Pumps: Pump performance curves and power consumption with operating points clearly indicated shall be submitted and verified at the time of testing and commissioning of the installation. Pump performance shall be computed from the pump curves provided by manufacturer (c) Control & Instruments: All Instruments shall be factory calibrated and provided with necessary instructions for site calibration and testing. Various items of the same type shall be completely interchangeable and the manufacturer shall guarantee their accuracy. All automatic controls and instruments shall be tested at site for accuracy and reliability before commissioning the installation. (d) Piping: •

All piping shall be tested to hydrostatic test pressure of at least one and half times the Maximum operating pressure, but not less than 10 kg/cm2 gauge for a period of not less than 24 hours. All leaks and defects in joints revealed during the testing shall be rectified and gotten approved at site.



Piping repaired subsequent to the above pressure test shall be re-tested in the same manner.



System may be tested in sections and such sections shall be securely capped, then re-tested for entire system.



The Contractor shall give sufficient notice to all other agencies at site of his intention to test a section or sections of piping and all testing shall be witnessed and recorded by Owner’s site representative.



The Contractor shall make sure that proper noiseless circulation of fluid is achieved through all coils and other heat exchange equipment in the system concerned. If proper circulation is not achieved due to air bound connection, the Contractor shall rectify the defective connections. He shall bear all expenses for carrying out the above rectifications including the tearing up and refinishing of floors and walls as required.



The Contractor shall provide all materials, tools, equipment, instruments, and services and labour required to perform the test and to remove water resulting from cleaning and after testing.

10.0

POWER CONTROL CENTRE & MOTOR CONTROL CENTRE

10.1

SCOPE : This scope shall cover design, manufacture, check test, and supply, installation, testing and commissioning of various medium voltage Panel Board as described in Bill of quantities and drawings. Medium voltage Panel Board will be installed indoor and is connected through the bus duct / cables.

10.2

SERVICE CONDITIONS AT SITE :

10.2.1 Ambient Temperature

:

Max. / Min. = 50° C. / 6° C.

10.2.2 Design temperature

:

50 Degree C.

10.2.3 Relative humidity

:

95% max.

10.2.4 Altitude

:

20 M above MSL

HVAC TENDER DOCUMENT

Technical Specifications

50

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

10.2.5 Location

:

E-CITI, Ahmedabad

10.2.6 Voltage

:

415+/- 10%, TPN

10.2.7 Frequency

:

50 Hz. + 3% to -6%

10.2.8 Neutral

:

Solidly / earthed neutral.

10.2.9 Fault level

:

24 MVA, Symmetrical at 415V solidly earthed.

10.3

DOCUMENTATIONS :

10.3.1 Vendor shall furnish drawings, data and manuals in six sets along with equipment supplied.

10.3.2

-

General arrangement drawing indicating accessories and dimensions.

-

Foundation plan and loading.

-

Termination arrangement with dimensions.

-

Three phase wiring diagrams

-

SLDs and control schemes

-

Terminal plans

-

Bill of quantity for each panel.

Documents to be submitted after placement of order. -

As per 3.1 above for comments and approval for manufacture.

-

Schematic and sectional drawing.

10.3.3 Final documents -

As built drawings with RTP (Reproducible Tracing Paper).

-

Instruction and maintenance manual - Six copies.

-

Test certificates - Six copies.

11.0

VENTILATION SYSTEM

11.1

DESIGN BRIEF AND EQUIPMENT

11.1.1 INTRODUCTION The scope of this tender is to design, supply, install, test and commission Basement Ventilation Systems Lift Well Pressurization System The Basement area comprises of following major areas: Basement: Car Park

HVAC TENDER DOCUMENT

Technical Specifications

51

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Car Park Area is proposed with ducted ventilation system and other areas of Basement are proposed with dedicated ventilation for each area. 11.1.2 DESIGN PHILOSOPHY FOR VENTILATION SYSTEMS The basis of ventilation system design is based on NBC guidelines ; The rates concluded on basis of the same are as under: Total 10 air changes per hour for all rooms under normal conditions Total 20 air changes per hour for all rooms for Smoke extraction mode at the time of fire. System option Recommended for CAR PARK Area Tube axial fans with jet fan network ductless ventilation system is proposed for Car Park Ventilation exhaust main fans for CAR PARK. The Fire Mode operation shall be catered by additional Tube Axials . During normal mode, hence, under this option, the offered additional Fire Mode TAF shall remain nonoperational. ANNEXURE -

IV shows the area and volume calculations for Basement Car Park Area

Design Notes: Dual speed fans avoided to eliminate higher power consumption during fire modes on account of increase in design static at 30 ACPH as well as to avoid installing higher rating motors at this stage. Fresh air fans to be normal design and Exhaust Air fans to be Treated Fire type with 300 deg C for 3 hrs. Due to its lower BHP consumption, Vendor to provide option of Centrifugal Fan for Normal Mode Fresh Air and Normal Mode Exhaust fan; in this option, the fire mode operation shall be augmented by the above referred Tube Axial Fan only. Tube Axial Fan TAF shall be adjustable pitch blade type having non-overloading feature. Fan shall comprise of following components. Capacities: Fan capacities shall be as per the schedules shown in Schedule 1 and 2 for various areas. Fan: Fan shall be complete with motor, motor mount, belt driven (or direct driven) and vibration isolation type, suspension arrangement as per approved for construction shop drawings. Casing: shall be constructed of heavy gage sheet steel. Fan casing, motor mount and straightening vane shall be of welded steel construction. Motor mounting plate shall be minimum 20mm thick and machined to receive motor flange. An inspection door with handle and neoprene gasket shall be provided. Casing shall have flanged connection on both ends for ducted applications. Support brackets for ceiling suspension shall be welded to the casing for connection to hanger bolts. Straightening vanes shall be aerodynamically designed for maximum efficiency by converting velocity pressure to static pressure potential and minimizing turbulence. Casing shall be bonderized, primed and finish coated with enamel paint. Rotor: hub and blades shall be cast aluminium or cast steel construction. Blades shall be die-formed aerofoil shaped for maximum efficiency and shall vary in twist and width from hub to tip to effect equal air distribution along the blade length. Fan blades mounting on the hub shall be statically and dynamically balanced. Extended grease leads for external lubrication shall be provided. The fan pitch control may be manually readjusted at site upon installation, for obtaining actual airflow values, as specified and quoted. Motor: shall be energy efficient squirrel-cage, totally-enclosed, fan cooled standard round frame, constant speed, continuous duty, single winding, suitable for 415+10% volts, 50 cycles, 3 phase AC power supply, provided with class ‘F’ insulation. Motor shall be specially designed for quiet operation. The speed of the fans shall not exceed 1000 RPM for fans with impeller diameter above 450 mm, and HVAC TENDER DOCUMENT

Technical Specifications

52

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

1440 / 2990 RPM for fans with impeller diameter 450 mm and less. For lowest sound level, fan shall be selected for maximum efficiency or minimum horsepower. Motor conduit box shall be mounted on exterior of fan casing, and lead wires from the motor to the conduit box shall be mounted on exterior of fan casing, and lead wires from the motor to the conduit box shall be protected from the air stream by enclosing in a flexible metal conduit. Drive: To fan shall be provided through direct or belt drive; belt drive shall be with adjustable motor sheave and standard sheet steel belt guard with vented front for heat dissipation. Belts shall be of oilresistant type. Vibration Isolation: The assembly of fan and motor shall be suspended from the slab by vibration isolation suspension of rubber-in-shear type OR Mounted flush with the wall with proper isolation to avoid transmission of vibrations to the wall and structure. Jet Ventilation Fan Jet Fans, a part of ductless car park ventilation system, should be supplied as completely assembled before dispatched to the job site having characteristics as of high performance ventilation with small air volume. Each unit shall consist of fan having inlet cones, protective screen, two silencers, terminal box & mounting arms or brackets. Fan: Fan shall be axial flow type balanced dynamically and statically. The fans shall have adjustable aluminum impeller or shall be fully welded. The complete fan assembly with its Casing, impeller & motor (not only the motor or one of the item) shall be imported from manufacturer and certified as tested for 300 Deg C for 2 hours operation. Casing: The Casing of Jet Fans shall be made of Hot Dipped Galvanized Steel with flanges at both ends. Motor: The Motor shall run on the electrical power suitable for 50Hz. The Type of motor shall be suitable for 2 speed or single speed as specified in the BOQ. Protective Guards: The fans shall have protection guards at inlet side. Silencers: The Jet Fans shall have silencers manufactured from Galvanized steel length should not be less than 900 mm. Inlet Cone: Jet fans shall have Inlet cone made of Galvanized steel Terminal Box: The pre-wired Terminal box shall be mounted at the outer fan Casing. Mounting Arms / Brackets: The unit shall be with mounting brackets for ceiling suspension. 11.2

VENTILATION SYSTEM SPECIFICATIONS: The intent of this document is to specify the systems and equipments for Ventilation system for basement service areas / car park areas. The equipment schedule for the same is already provided above; the system shall be designed in accordance with the details provided under various schedules there in.

11.2.1 CODES AND STANDARDS •

All relevant codes as per BS for under ground ventilation design shall be complied by the bidder.



Duct Construction Standard as per IS :655 and applicable SMACNA Codes for ducting design, fabrication and installation



NFPA compliance for fire safe HVAC design



BMC Instruction

HVAC TENDER DOCUMENT

Technical Specifications

53

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

The scope of this tender covers design, supply, installation, testing, commissioning and handing over of ventilation system for a. Basement Car park areas b. Utility Equipment Rooms The area, air quantity requirement and the equipments for the above compliance are mentioned under Schedule 1 and 2 above. 11.3

OTHER SERVICE AREA VENTILATION SYSTEM Shall comprise of Propeller Fans designed for required air quantity exhaust and fresh air for Detailed operating parameters are mentioned under ANNEXURE – III Required ducting shall be carried out if required from Rooms upto the building exterior. All exhaust fans shall be fire rated to 300 deg C for 3 hrs.

11.3.1 Centrifugal Fan Quantity and rating shall be as per SOQ Centrifugal shall be Double inlet Double width (DIDW) as the case may be class-I centrifugal and vibration isolators Discharge arrangements. The fans shall be a self contained unit comprising of motor, belt drive/direct drive arrangement in suitable factory fabricated acoustically treated housing. The efficiency of fans at operating conditions should be more than 75%. Housing The fan housing shall be constructed of 14 gauge sheet steel welded construction. It shall be rigidly reinforced and supported by structural angles. Split casing shall be provided on larger sizes of fans, however neoprene / asbestos packing should be provided throughout split joints to make it air – tight. 18 gauge galvanized wire mesh inlet screens of 5 cm sieves shall be provided on both inlets. Housing shall be provided with standard cleanout and door with quick locking tension handless and neoprene gasket. Rotation arrow shall be clearly marked on the housing. Fan Wheel Fan wheel shall be backward – curved non-overloading type utilizing hollow sectioned aerodynamically shaped aerofoil blades. Fan wheel and housing shall be statically and dynamically balanced. For Fans up to 450 mm dia, fan outlet velocity not exceed 1450 rpm. For Fans above 450 mm dia, the outlet velocity shall be within 700 meter/minute and maximum fan speed shall not exceed 1000 RPM. High static pressure fan speed shall be as per manufacturer. Construction Shall be constructed of SAE 1045 Steel, turned, ground and polished. Shaft shall be statically and dynamically balanced and shall provide excellent shaft-to-race fit for increased bearing life. Shaft shall not pass through first critical speed through the full range or specified fan speeds. Bearing Bearing shall be of sleeve/ball-bearing type, mounted directly on the fan housing. Bearing shall be designed especially for quiet operation and shall be of the self aligning, Oil / grease pack pillow block type. Motor Fan motor shall be dual speed type suitable for 220/415 +/- 10% volts, 50 cycles 3/1 phase power supply, squirrel cage, totally enclosed, fan cooled motor, provided with class “F” insulation and with IP-55 protection. Motor nameplate horsepower shall exceed brake horsepower by a minimum of 10%. Motor speed shall not exceed 1440 RPM. The fan and motor combination selected for the particular required performance shall be of the most efficient (Smallest horsepower) fan so that sound level is lowest. Drive The fan shall be provided through belt/direct drive with adjustable motor sheave multi-speed variable pitch pulley and a standard belt guard. Belt shall be of the oil resistant type.

HVAC TENDER DOCUMENT

Technical Specifications

54

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Vibration Isolation The self contained fan unit shall be provided with suitable vibration isolation provisions either serrated rubber pads or spring isolation. 11.3.2 Inline Fan Specifications Quantity and Rating shall be as per SOQ. The INLINE ventilation fans shall be designed for space saving / low noise generation. Inline fans shall preferably be single skin with swing out motors; these fans shall be complete with casing and impeller. Direction of discharge and rotation position shall be as per the job requirement and shall be marked on the fan assembly. The duty points shall be mentioned in the schedule of quantities. Brief specifications for the fans are as under. The proposed fan shall be complete with casing, motor and impeller. Directon of discharge and rotation position shall be in line with the layout shown. Housing Shall be of GSS powder coated design. The duct connections at the inlet and discharge side of the fan shall be in accordance with the manufacturer standards to avoid transmission of vibrations if any to the ducting. Impeller Fan shall have Aluminium impeller with backward curved blades suitable for lowest sound power level. Impeller shall be statically and dynamically balanced. Necessary acoustic insulation required to bring down the noise to th value specified in the SOQ shall be carried out if required; the product shall be supplied with factory insulated design in this case. Ball Bearings Shall be completely maintenance free and can be used in any mounting position at maximum indicated temperature. Fan motor Fans shall have external rotor motor or IEC standard motor supplied with built-in thermal contacts. At the critical high temperature point the thermal contact shall open and break the power supply of the Fan. Fan motor shall be insulation class F and protection class IP54. Drive Drive of the fans shall be direct driven. Performance Data All fans shall be selected for the lowest operating noise power levels. Capacity ratings, power consumption with operating points indicated shall be submitted and verified at the time of testing and commissioning of the installation. All technical data of fans should be as per AMCA accredited. High temp fans should have valid European certification in accordance with EN12101-3. Testing Capacity of all fans shall be measured by an anemometer. Measured air flow capacities shall confirm to specified capacities and quoted ratings. Power consumption shall be computed from measurements of incoming voltage and input current. Signature of Tenderer :

Additional Chief Engineer (Electrical)

Name

:

Company’s seal

:

Date

:

HVAC TENDER DOCUMENT

Ahmedabad Municipal Corporation

Date

Technical Specifications

:

55

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

INSTRUMENTATION SYSTEM (if part of SOQ) 1.1

Fan Coil Thermostatic Controller (if part of SOQ) Fan coil controllers shall be digital type and designed for heating and cooling application. The controller shall have digital display of room temperature which shall be programmable through a set-point knob. The unit shall be provided with liquid filled sensing element. Controller shall be located around 5 feet above floor in the location of avg. temperature without exposure to heat generating areas. Range Ambient Operating Temp Switch Cover Base Listing

: : : : : :

40 to 90 F 0 – 105 F Snap Acting Type Thermoplastic SS UL/CSA

1.2

FIELD INSTRUMENTS – SENSORS and TRANSMITTERS

1.2.1

Factory Calibration, Supply, Installation with all required fixtures and accessories, Testing, Site calibration and Commissioning of Field Sensors and Transmitters tabulated as per SOQ

1.2.2

Brief Specifications for the field devices are provided below; however, detailed installation and other specifications are provided in the material specifications which vendor shall comply to.

1.2.3

Temperature Sensors Temperature sensors shall be of the resistance type and shall be either three-wire 100 ohm platinum RTD, or two-wire 1000 ohm platinum RTD. General specifications for these are as under

1.2.4

o

Materials: Nickel or Platinum element.

o

Mounting: Duct/Pipe, Room

o

Range: -10ºC to 60ºC, 0ºC to 70ºC

o

Accuracy: +/- 0.3ºC

o

Output: Resistive 1000ohms @ 21ºC

o

Approval: UL/CSA/FM/Eq

o

Special: Duct Element Holder, Brass Well Assembly, Room Mounting Bracket and Cover

Humidity Transmitters The sensor shall be a solid state, resistance type relative humidity sensor of the Bulk Polymer Design. The sensor element shall be washable and shall resist surface contaminations. •

Materials: Polymer



Mounting: Duct or Wall



Range: 0% to 100%



Accuracy: +/-3%



Protection: 0-100% non-condensing



Output: 0-10vDC, 4-20mA



Approval: UL/CSA/FM/Eq

HVAC TENDER DOCUMENT

Technical Specifications

56

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD



Special: Duct or Wall Mounting Kit

Note: A combined T+Rh (Temperature and Humidity sensing) can be offered by vendor complying with individual sensor specifications as above. 1.2.5

Pressure Transmitters Pressure transmitters shall be constructed to withstand 100% pressure over-range without damage and to hold calibrated accuracy when subject to a momentary 40% over-range input.

1.2.6

1.2.7

1.2.8



Materials: SS body and Brass bellows



Accuracy: ± 0.5 % FS



Mounting: Pipe mounted at Pumps discharge points



Op Pressure Range: To Suit Pump Discharge Pressures ranging from 1kg/cm2 to 6 kg/cm2



Operating Temp Range: -30 ºC to 80 ºC



Protection: IP65 Housing.



Output: 0-10V (or as suitable for DDC input)



Approval: UL/CSA/FM/Eq



Special: Pipe taps and shut off valves provided by Mechanical Contractor

Differential Pressure Switches (water duty) •

Mounting: Discharge and Suction Ports of Pumps for hydraulic status



Operating Temp: -1 to 70 deg C



Wetted parts: Polyeurethane dia / eq.



Type: SPDT Precision snap acting type (10 million cycles)



Approval: UL/CSA/FM/Eq.



Operating Pressure: 0-150 psi



Repeatability: ± 1 % span



Protection/Listing : NEMA 4/UL

Damper Actuators •

Mounting: Fresh Air Dampers for Public Area AHUs



Action - spring return (0-90deg turn max.)



Modulating Type operating on 0-10V/4-20mA to meet Controller Output



Torque = 8-10 Nm (to suit damper demand)



Run time = 150 s (app.)



Shaft diameter = 8-26 mm adjustable



Protection / Listing = IP 54 / UL-CE



Environmental = Minus 30 to Plus 50 C / 95% non-condensing

Insertion Flow Meter •

Location: Chilled Water Supply header from chiller



Type: Turbine/Eq.

HVAC TENDER DOCUMENT

Technical Specifications

57

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

1.2.9



Accuracy: ± 1% of full scale



Sensor body: SS 316



Shaft: Ni bound Tungsten Carbide eq.



Bearings: Ruby eq.



For pipes size upto: 200 mm NB



Listing: UL/CE

Control Valves For FCU •

Type: 2way



Location: FCU inlet (diverting) OR FCU outlet (mixing)



Actuator Type: Two position / ON/Off type



Actuator details: IP 40 protection/24 V AC/Direct Mount spring return



Valve Body: Forged Brass with Cr plated stem



Listing: UL/CE

For AHU •

Type: 2 way Pressure Independent Balancing cum Control Valve



Location: AHU inlet



Body: Bronze with SS Stem



Actuator Type: Modulating/Direct mount spring return



Actuator details: 0-10V signal/IP 40 protection/230V AC

For Chiller Isolation •

Type: 2 Way butterfly type/equal percentage



Location: Chiller outlet



MOC : Body Ductile Iron / EPDM Seat / Shaft & Disc 304 SS



Actuator: Spring return ON/Off / 24V AC



Protection: NEMA 2

Signature of Tenderer :

Additional Chief Engineer (Electrical)

Name

:

Company’s seal

:

Date

:

HVAC TENDER DOCUMENT

Ahmedabad Municipal Corporation

Date

Technical Specifications

:

58

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

THIRD PARTY VALIDATION OF OT HVAC SYSTEMS for OPERATION THEATERS Validation of the system shall be carried out as per ISO 14664 through calibrated measuring instruments and necessarily cover i. Air Particle Count ii. Air Change calculation iii. T and Rh Check iv. Exit velocity at LFU v. Positive Pressure in OT w.r.t adjacent areas vi. HEPA filter validation as per NABH accepted standards. Commissioning must occur before an operating theatre is first used. It is important that the infection control team is involved at all stages through to opening and that adequate time for commissioning is built-in to the schedule, including an allowance of time for microbiological assessments. Commissioning shall be done before handover of the theatre to end user / owner / doctors. 1.1

Codes and Standards The Validation and OT HVAC system performance shall be according to relevant ASHRAE / WHO standards/ISO 14664

1.2

Summary for conventionally-ventilated theatres Conventionally-ventilated operating theatres must be commissioned before being used, immediately after being built. Commissioning is a task for both the Estates Department and the Infection Control Team, and co-operation and co-ordination between them is important. Below is a summary of issues that should be addressed when commissioning conventionally-ventilated theatres (responsibility within brackets) i.

The theatre interior should be checked for obvious defects if any w.r.t intended structural and architectural design (CIVIL)

ii.

The air distribution within the theatre and between rooms in the theatre suite should be checked by smoke tracing (HVAC)

iii. The air handling unit supplying the theatre is properly constructed, the theatre is properly constructed, finished and functioning (CIVIL/HVAC) iv. The air change rates in theatre and preparation room are satisfactory (HVAC) v. 1.3

Airborne microbial contamination in an empty theatre is satisfactory (HVAC)

Theatre interior Inspection of the theatre interior before it is handed-over from the building contractors to the hospital is the last convenient occasion to rectify faults. The following observations should be checked and complied:

.

Pressure-release dampers should move freely and be partially or fully open when doors are closed and move to shut when doors are opened (HVAC) i. ii. iii. iv. v.

Doors must close properly (CIVIL) The flooring should have no cracks or gaps in it and its coving joins to the wall (CIVIL) Painted surfaces and finishes are smooth, complete and without cracks (CIVIL) That there are minimal fixtures, shelves etc. The windows are sealed(CIVIL)

HVAC TENDER DOCUMENT

Technical Specifications

59

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

1.4

Ventilation engineering The risk from airborne micro-organisms is minimized in the ventilation of conventionally-ventilated theatres in three ways: i. By filtration of supplied air ii. By dilution of contaminated air in the theatre iii. By preventing entry of contaminated air from areas outside the theatre The HVAC vendor shall carry out following as a part of PQ (VALIDATION) compliance: i.

Airflow visualization (smoke testing) to ensure laminar / turbulent airflow in the theatre, particularly around the position of the operating table (a puff of smoke should disperse within seconds of creation).

ii.

Particle count test shall be carried out for the LFU according to relevant IS / ASHRAE Codes as a part of PQ compliance.

iii. It should also be established that supplied air does not “short-circuit” i.e. take a direct route out of the theatre such that it can not entrain contamination generated in the theatre. Fire alarms systems in the theatres should be disabled during testing. iv. Airflow visualization should also be used to establish that air flows in the desired direction between rooms in the suite (with all doors closed):– a. From the theatre into - the anesthetic room - the disposal room - the corridor b. From the anesthetic room and scrub area into the corridor c.

Air should either flow from the preparation room into the theatre if it is used for lay-up or they should be at equal pressure if used as a sterile pack store (i.e. no direction of flow between them) and should flow into the corridor from the preparation room.

The CIVIL / HVAC vendor should jointly collect a signed document from Inspection Agency / Department/Owner that the ventilation to the theatre suite, including the air handling unit, has been inspected and that the theatre is satisfactorily constructed, finished and is functioning to specifications. The level of airborne bacteria introduced by the supply air can be checked by closing all doors and leaving the operating room empty with the ventilation system running for one hour, after which a bacterial sampler mounted on the operating table should be activated remotely. Aerobic cultures on nonselective medium should not exceed 35 bacterial and/or fungal particles per cubic metre of ventilating air. INSTALLATION / OPERATION AND PERFORMANCE An IQ/OQ/PQ documentation shall be generated by shortlisted Vendor on below lines for approval of Owner / Consultant prior to startup of the project; which shall be then implemented during the course of the project and utilized for system performance and validation. Brief guidelines which can be followed by vendor for the generation of these documents is as under: INSTALLATION QUALIFICATION Documentation detailing installation/testing procedures of HVAC/associated Electrical and Automation system w.r.t to National / ASHRAE stds. and codes as applicable. (typical pre-commissioning testing procedures) Installation Compliance w.r.t above documents for electrical / mechanical / control systems for HVAC HVAC TENDER DOCUMENT

Technical Specifications

60

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

Testing compliance of HVAC / associated Electrical and Automation equipments w.r.t calibration / functionality OPERATIONAL QUALIFICATION This is a commissioning documentation which shall provide all the details of equipment various points of performance, test readings, statement of compliance and noncompliance with the acceptance criteria. Broadly the features are as follows: Installation date showing manufacturers, model no., ratings of all equipment such as fans, motors, cooling & reheat coils, filters, HEPA filters, controls etc. As-built drawings showing equipment layouts, duct and pipe runs, control & fire dampers, settings of various sensors and controllers. Contractor's test readings covering rotation tests, megger readings, air quantities, temperatures and RH pressures of each space, dry & wet run of controls, air and water balance, HEPA filter integrity tests at final operating velocities testing of limits & alarms. Identification of items spaces, parameters not meeting the acceptance criteria but cannot be corrected. PERFORMANCE QUALIFICATION (VALIDATION) This is essentially for the system operating under full production conditions and, in cross reference to Clause 1.4 above, covers among others: i.

Identification & qualification of agency for commissioning

ii.

Submission of documents narrating the process of validation of HVAC system for approval including the list of equipments to be used for the purpose.

iii. Certification & calibration of the equipments and instruments to be used for PQ iv. Test readings of all critical parameters under full operating conditions and full operation, modification of readings in the contractors test results, acceptable and unacceptable departures from design qualification and acceptance criteria. APPROVED THIRD PARTY FOR VALIDATION 1. 2. 3. 4. 5. 6.

PYRAMID METFIL VALID AIR CLEAN ZONE CLEAN AIR VALIDATION 3V ENGINEERS

Signature of Tenderer :

Additional Chief Engineer (Electrical)

Name

:

Company’s seal

:

Date

:

HVAC TENDER DOCUMENT

Ahmedabad Municipal Corporation

Date

Technical Specifications

:

61

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

DX AIR COOLED DUCTABLE SPLIT AIRCONDITIONER UNITS BROAD SPECIFICATIONS The scope of this section comprises the Supply, installation, testing and commissioning of Ductable Split Units as per the Ratings & Quantities provided under the Bill of Quantities. The Split Unit Package shall comprise of Indoor and Outdoor units and shall be as per the ratings shown in the BOQ. Indoor (fan coil) unit shall be ceiling suspended type comprising of DX coil with finned copper tubes (Evaporator), Low noise design Centrifugal Fan unit with motor & belt drive package; fan unit shall have proper insulated and leak proof condensate base connected to drain piping with suitable trap and laid up to nearest drain point designed to ensure zero leakage; the fan assembly shall be dynamically balance for low vibration and low noise type design. The outdoor (condensing unit) shall be of Corrosion resistant Galvanized powder coated or equivalent paint Sheet steel low vibration assembly installed on suitable vibration isolators and comprising of energy efficient Scroll compressor with controls such as thermal protector, HP/LP cut-outs, Pressure relief valve; the outdoor unit shall also comprise of finned tube air cooled condenser and condenser fan unit; the units shall have integral refrigerant copper piping within compressor and condenser and accessories such as refrigerant shutoff valves at compressor / compressors and liquid refrigerant outlet if required & filter dryer; Cooling fans shall have protective metal frame. The Ceiling Concealed type microprocessor based Ductable unit shall be complete with Motor Starters; Microprocessor based Control Panel, Power and Control wiring & earthing.

(i)

EVAPORATOR The Indoor unit is of sectionalized construction of corrosion resistant heavy gauge steel, finished with enamel paint and consisting of fan section, coil and filter section, and insulated drain pan. The unit shall be internally lined with fiberglass of adequate thickness for thermal insulation and acoustic lining. If the insulation is in damaged condition during transit or otherwise, vendor to repair with either PU foam / Phenolic foam with suitable finish.

(ii)

COOLING COILS DX Cooling coils shall be of fin and tube type having aluminium fins firmly bonded to copper tubes assembled in G.I. Frame. Face surface area of cooling coils should be adequate for the air quantity handled and air velocity across the coil shall not exceed as recommended for the application. Aluminium fins shall be corrugated and collared with mechanical bonding. The coil shall be three rows (or as required) deep and fin spacing is 5 fins/cm.

(iii)

EVAPORATOR FAN Fan impellers and housing shall be fabricated with heavy gauge steel. Fan impeller shall be forward curved, multi blade type enclosed in housing and mounted on a common shaft. All rotating parts shall be statically & dynamically balanced. Vendor to check the condition of Fan at site accordingly prior to start-up and commissioning.

(iv)

EVAPORATOR MOTOR Fan motor shall be squirrel cage totally enclosed fan cooled type of adequate capacity suitable to operate on three phases, 400/440 volts, 50 cycles AC supply. Fan motor shall be mounted on an adjustable vibration-isolating base located on the casing of the unit. Fan shall be driven directly or through standard v - belts with belt guard. The belt drive package shall be adequately designed to meet the desired design CFM.

HVAC TENDER DOCUMENT

Technical Specifications

62

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

FILTER Each filter shall be HDP washable or metallic type with adequate thickness. Filter holding frame shall be designed such that leakage of air can be avoided. Velocity across filter shall not exceed design requirement.

(v)

AIR COOLED CONDENSING UNIT (i)

Casing Condenser casing shall be made of corrosion resistant heavy gauge steel finished enamel paint. If specified it shall be epoxy painted or powder coated.

(ii)

with

Compressor Compressor shall be energy saving Scroll type Compressor (Twin or Single as per Unit rating) and shall be complete with required accessories such as pipe flanges, suction strainers, muffler, suction and discharge pressure gauges, oil heaters, oil pressure gauge, HP - LP cut-out, OP cut-out, pressure relief valve, overload for motor protection etc. Compressor shall be suitable to operate on 3 phase, 400/440 volts, 50 cycles AC supply and shall be designed to withstand voltage fluctuation of 15 %.

(iii)

Condenser coil Condenser coil shall be of copper tubes having aluminium fins firmly bonded to tubes. Tube dia. shall be between 12.5 to 15 mm.; min. 24 g wall thickness and fin spacing shall be 5 fins per cm. Condenser coil shall be three rows deep. Each coil shall be factory tested at 21 kg./sq.cm. test pressure. The coil shall have integral sub-cooling circuit. The air volume and coil face area shall be adequate for the capacity. Air velocity across the coil shall not exceed design requirements. Air volume of the condenser shall be minimum 25 cu.m. /min. per ton of refrigeration capacity. If specified the coil shall be made out of tinned copper tubes and tinned copper fins.

(iv)

Condenser Cooling Fans Fans shall be propeller axial type. One or more fans shall be provided for the required capacity.

(v)

Condenser Cooling Fan Motor Fan motor shall be TEFC, squirrel cage, induction motor suitable to operate on 3 phase, 50 cycles, 400/440 volts, 50 cycles, AC supply and provided with pulley, v belt set or direct drive flexible coupling with guards. Motor shall have class "B" insulation and shall be provided with weather protection.

(vi)

Connections with valves

(i)

Refrigerant gas inlet connection, Liquid refrigerant outlet connection.

(ii)

Pressure relief valve, drain valve and air-vent valve.

(vii)

Installation Entire air-cooled condensing unit assembly shall be installed on MS channel stand through vibration isolators and at the place as indicated in drawings. If specified spring isolator and Hot dip galvanized / epoxy painted structure shall be provided. Entire Evaporator assembly shall be supported through MS rods of required mm and suspended from the slab and at the place as indicated in drawings.

HVAC TENDER DOCUMENT

Technical Specifications

63

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD

(viii)

Painting All the equipment including base frame etc. shall be factory painted with two coats of a suitable enamel paint of approved color over a rust resistant primer. Paint that have become marred during shipment or erection shall be cleaned off with mineral spirit, wire brushed and spot primed over the affected areas, then coated with enamel paint to match the color shade of original painted surface.

(ix)

Testing All safety controls like HP cut out, LP cut out, line flow switches/differential pressure switches shall be checked for their functioning and setting and record of all the settings shall be submitted to consultant/client. The procedure for testing and commissioning shall be as approved by the consultants. The contractor shall provide all testing and measuring instruments.

(vi)

MICROPROCESSOR BASED CONTROL PANEL The microprocessor based control panel shall be with digital display showing trip and status conditions; it shall have a membrane/alternate design user-friendly key board for set-point control. It shall as a minimum provide following features: i.

Auto-switch off of the condenser fan when the compressor cuts off for power saving.

ii.

Single button start and stop flexibility for the user; the sequences for start and stop shall be taken care by the controller.

iii.

Integrated electronic temperature sensor for precise measurement and consequent control of return air temperature.

iv.

Compressor startup delay timer for compressor protection and increase operational life.

v.

Auto restart on power restoration – optional.

Dx AIR COOLED HIWALL SPLIT UNITS Hi-Wall Mount Split Units shall be remote control operated and shall be with single or multi splits design as per the ratings and quantities provided in the schedule of quantities. The units shall be ready-to-operate type and shall comprise of a Indoor type Fan-Coil unit (installed within the room) and Outdoor Air Cooled Condensing unit connected through insulated refrigerant piping. The system shall be charged with first charge of refrigerant after proper pre-commissioning process. Single phase connection shall be provided by user at one point near each HiWall split unit. Rest of the electrical work including cabling from the power point up to the Unit’s electrical panel including voltage stabilizer shall be supplied, laid and installed by vendor only. The units shall be of one among the Approved Makes mentioned elsewhere in this Tender. Brief Features Desired In Indoor (Fan-Coil) Unit •

Hi Gloss finish all fiber body



Highly efficient 3 layered air purification system to remove dust/bacteria and odours from the return air.



Four bend heat exchanger design for efficient heat transfer

HVAC TENDER DOCUMENT

Technical Specifications

64

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL, AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD



Noise level of Indoor Unit at operating speed shall not be exceeding 48 dB measured at a distance of 3 M from source.



Operated through remote control having a large LCD display, temperature set-point, sleep mode operation, On/Off timer, Real time clock, Auto-restart, filter status warning, dry mode operation (reduces the humidity without the temperature when required)

Brief Features desired in Outdoor Condensing Unit •

Operating on single phase 230±10% V supply



Preferred Rotary Scroll compressor design for low power consumption per ton generated – not exceeding above 1.28 kW per TR



Electrolytic zinc steel sheet with antirust coated components to ensure rust free outdoor unit even in humid condition.



Hydrophilic fins to improve the heating efficiency by accelerating the defrosting process

Signature of Tenderer :

Additional Chief Engineer (Electrical)

Name

:

Company’s seal

:

Date

:

HVAC TENDER DOCUMENT

Ahmedabad Municipal Corporation

Date

Technical Specifications

:

65

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

TECHNICAL SPECIFICATIONS BUILDING AUTOMATION SYSTEMS (BAS)

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

INDEX

A. 

SCOPE .....................................................3 

1.0 

OPERATING WORK STATIONS ....................................3 

2.0 

BUILDING AUTOMATION SOFTWARE and WINDOWS OS ................4 

3.0 

DDC CONTROLLERS AND HARDWARE .............................13  ANNEXURE - VIII - DDC CONTROLLER – IO SUMMARY .................16 

4.0  

FIELD INSTRUMENTS – SENSORS and TRANSMITTERS ..................16 

5.0  

ELECT PANEL, CONTROL, POWER & LOW VOLTAGE WIRING ............18 

6.0  

SAFETIES & PRECAUTIONS IN ERECTION AND INSTALLATION ............20  6.1   RISKS PRIOR TO AND DURING CONSTRUCTION ................20  6.2   TRANSIENT/SPIKE PROTECTION .............................20  6. 3   ELECTROMAGNETIC COMPATIBILITY .........................20  6. 4  POWER SUPPLY TOLERANCES ..............................20  6.5   GENERAL INSTALLATION REQUIREMENTS......................21  6.6  HARDWARE IDENTIFICATION ...............................21 

7.0  

SITE EXAMINATION ...........................................22 

8.0  

EXECUTION AND PRECOMMISSIONING ACTIVITY ....................22  8.1   SEQUENCE OF OPERATIONS ...............................22  8.2   IDENTIFICATION OF HARDWARE AND WIRING .................23  8.3   FIELD QUALITY CONTROL .................................23 

9.0 

TESTING OF SYSTEM ..........................................23 

10.0   COMMISSIONING ............................................23  11.0   MAINTENANCE ..............................................24 

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

A. SCOPE An open, modular BAS system operating on IP based Communication Protocols is envisaged in-order to control and monitor HVAC Plant Room Equipments and Select Air Handling Units at New Hospital Building for LG Hospital, Maninagar, Ahmedabad City. The scope includes design, manufacture, supply, calibration-inspection & testing of Control Hardware and Field Devices at Mfr Works, delivery-unloading & storage at site, installation, calibration & testing at site, commissioning & logic programming of hardware, License Copy Supply and customization of BAS Software, OT Validation documentation and handing over to client the complete BAS work to be carried out at the site. System shall be operated and Maintained for 5 years after completion of 1 year of defects liability period considered from the handing over of the system. System Design, Installation and Software Development shall comply to Specifications, IO summaries and Bill of Materials provided under this tender. The Central HVAC system comprises of Water cooled Chillers, Cooling Towers, Chilled water and Cooling Water pumping, Chilled Water AHUs and Fan coils for the sp. Rooms areas. BAS shall control, monitor and log above Chilled Water System parameters and further shall be compatible to integrate with 3rd party open protocol devices / equipments as per the IO summary enclosed with this tender document. Vendor shall actively support the Validation of OT Rooms during Commissioning by the HVAC Vendor to generate customized reports under simulated conditions which shall form the basis of performance analysis of the OT AHUs for Validation. Interface with HVAC Vendor Following scope of work shall be considered by BAS vendor. •



Excluding the welding work in pipes, remaining all work including supply and installation of all fixtures of Switches / Sensors, Transmitters for Temperature, Humidity, Air Flow, Water Flow in Plant Room and in AHU shall be provided by BAS Vendor only. This will include drilling within the GI ducts for Air Flow monitoring/control devices by BAS vendor only. Acquire all integrative inputs from HVAC / ELECT Vendor. Viz. Chiller Soft Data Protocols / Variable Speed Pumping Controller Protocols / AHU motor VFD protocols / Energy Meter Protocols (as applicable)

Scope of control and monitoring shall broadly comprise of: 1 2 3 4 5

CHW Plant Room on Terrace Cooling Towers on Terrace Operation Theater Area Air Handling Units on Terrace ICU Area Air Handling Units on Terrace CT/MRI Area Air Handling Units

Brief specifications of the BAS hardware, field devices and BAS software are provided below. 1.0

OPERATING WORK STATIONS

1.1

Supply, Installation, Configuration, Commissioning of IBMS Server /Client Hardware Central Work Station Server with Core 2 Duo Intel processor with minimum 200Gb HDD, 1 GB RAM, 19" TFT Monitor, DVD Writer, two serial and one parallel ports, multimedia speakers, infrared mouse; Work station shall be preloaded with requisite MS Windows Licensed software compatible with the BAS platform;

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

The hardware shall be loaded with Development as well as Run Time softwares and shall be used as server and client. 1.2

GENERAL Requirements The Servers and Operator work stations required for the system shall have either above defined or latest hardware configuration; the minimum configuration requirements for servers and clients are mentioned in the Bill Of Materials provided elsewhere in this tender. Servers and Clients shall be loaded with vendor’s latest version Building Automation System Monitoring and control Software along with its compatible Operating Systems Software. The specifications for full function development version unlimited tags BA Software, OS and the programming software are provided elsewhere; withstanding the specifications, the BA vendor shall ensure that the product meets the functional requirements of the system elaborated generally in the tender. 1) System Security 1. User access will be secured using individual security passwords and user names. 2. Passwords will restrict the user to access only the objects, applications, and system functions as assigned by the system manager. 3. User logon/logoff attempts will be recorded. 4. The system will protect itself from unauthorized use by automatically logging off following the last keystroke. The delay time will be user definable. 2) Workmanship All components of the Work Station shall be thoroughly assembled at the OEM’s works and inspected and any damage noticed shall be reported to the Engineer-in- charge. All loosely supplied fittings / accessories shall be cleaned and connected to the breaker. After completely assembling, installation the Work station shall be cleaned and checked for any loose connections. 3) Mode of Measurement The work carried out shall be measured on item rate basis for Controllers and Field Devices; Cables, trays and conduits shall be measured on straight line basis and no separate rates for bends/tees/fixtures etc. shall be entertained.

2.0

BUILDING AUTOMATION SOFTWARE and WINDOWS OS

2.1

Supplying, Installation, Commissioning, Customization, Programming, Integration and testing of following software

2.1.1

OPERATING SYSTEM

2.1.1.1 The Operators Workstation shall be equipped with Windows XP as the user terminal operating software. 2.1.1.2 The Operators Workstation software is installed to provide basic operator interface (i.e., non-facility management/color graphics) shall use pull down menu navigation as the basis of program execution, operating feature penetration, and local or remote site access. 2.1.1.3 As a minimum, the operating software shall permit the operator to perform the following tasks with a minimum knowledge of the Processes Monitored and Control System provided and basic computing skills.

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

i. View Analog and Digital data (temperature, flowrate, motor status etc.) on HVAC equipment, and/or lighting, card access, and intrusion detection equipment. ii. Navigate multiple Sites including MIMICS / Reports / Trends / History iii. Locate potentially faulty equipment through audible or visible alarms using PCs building in Audio Cards. iv. Select points to be alarmable and define the alarm state. v. Select points to be trended over a period of time and initiate the recording of values automatically. vi. Select all logged paramters for Report Generation which shall have user defined logging rate / schedule / time of day / day of the week / week of the month. vii. Select multiple paramters to generate a Graph shoing graphical relationships among user selectable points. 2.1.1.4 Manual Database Save and Restore. A system operator with the proper password clearance shall be able to archive the database from any system panel and store on magnetic media. The operator shall also be able to clear a panel database and manually initiate a download of a specified database to any panel in the system. 2.1.1.5 System Configuration. If required for the customer, the workstation software shall provide a method for advanced configuration of the system. This shall allow for future system changes or additions. 2.1.1.6 On-Line Help. Provide a context sensitive, on-line help system to assist the operator in operation and editing of the system. On-line help shall be available for all applications and shall provide the relevant data for that particular screen. 2.1.1.7 Security. Each operator shall be required to log on to the system with a user name and password in order to view, edit, add, or delete data. System security shall be selectable for each operator. The system supervisor shall have the ability to set passwords and security levels for all other operators. Each operator password shall be able to restrict the operators access for viewing and/or changing each system application, full screen editor, and object. 2.1.1.8 System Diagnostics. The system shall automatically monitor the operation of network connections, building management panels, and controllers. The failure of any device shall be annunciated to the operator. 2.1.2

BUILDING AUTOMATION SOFTWARE

2.1.2.1 Versions and Brief Features i)

Server Version Supply, Installation, Customization, Testing, Simulation and Commissioning of Server (Development) Version (with full function edit facility) unlimited tags BAS software supporting LON/BACNET/IP protocol as specified in detailed material specifications with all monitoring/control modules including but not limited to full function Report / Trending / Alarms / MIMIC / LAN / WAN modules; quantity of licenses shall be as per BOQ; vendor to generate sample reports for each module as per the customization requirements of client

ii)

Client Version Supply, Installation, Customization, Testing, Simulation and Commissioning of Client Version (with full function edit facility) BAS software supporting LON/BACNET protocol with features and compliances as specified in detailed material specifications with all monitoring/control modules including but not limited to full function Report / Trending / Alarms / MIMIC / LAN / WAN modules; quantity of licenses shall be as per BOQ

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 



The building automation software shall be a licensed copy “server” and licensed copy “client” versions issued in the name of “client” or as intimated during supply.



The BAS software shall comprise of following modules as a minimum – specified later a. Report Generator Module for Customized user defined BAS Reports b. Alarm Module for alarm/event logging and alarm/event report generation c. Mimic Generator Module for creation of Tagged dynamic BAS Graphics with latest symbol libraries d. Trend / Grahp Log Generator for logged paramters e. Scheduler Module f. Logic generation and Control Modules g. Diagnostics h. Data Base management

2.1.2.2 Detailed Specifications – (A) BAS Software 1. As a minimum, the menu driven command and operating software shall permit the operator to perform the following tasks with a minimum knowledge of the HVAC Control System provided and basic computing skills. i. Configure the network. ii. Create control sequences. iii. Graphical interface to systems. 2. Provide additional third party software to permit the operator to manage hard drive files such as access, delete, copy, modify, etc. The package shall be object oriented and permit the user to manage directories upon boot-up. The file management software shall organize directories and sub-directories using files, file folder objects. 3. On-Line Help. Provide a context sensitive, on-line help system to assist the operator in operation and editing of the system. On-line help shall be available for all applications and shall provide the relevant data for that particular screen. Additional help information shall be available through the use of hypertext. 4. Security. Each operator shall be required to log on to that system with a user name and password in order to view, edit, add, or delete data. System security shall be selectable for each operator. The system supervisor shall have the ability to set passwords and security levels for all other operators. Each operator password shall be able to restrict the operator’s access for viewing and/or changing each system application, full screen editor, and object. Each operator shall automatically be logged off of the system if no keyboard or mouse activity is detected. This auto log-off time shall be set per operator password. All system security data shall be stored in an encrypted format. 5. System Diagnostics. The system shall automatically monitor the operation of all HVAC control workstations, printers, modems, network connections, and nodes. The failure of these devices shall be annunciated to the operator. 6. Reports and Logs. Provide a reporting package that allows the operator to select, modify, or create reports. Each report shall be definable as to data content, format, interval, and date. Report data shall be archived on the hard disk for historical reporting. Provide the ability for the operator to obtain real time logs of designated lists of objects. Reports and logs shall be stored on the PC hard disk in a format that is readily accessible by other standard software applications including spreadsheets and word processing. Reports and logs shall be readily printed to the system printer. Data shall be able to transferable to other software packages so as to create custom reports. 7. Web Browser Access: The BMS system shall provide total integration of the facility infrastructure systems with user access to all system data, either locally over a secure Intranet within the building or by remote access by a standard Web Browser over the Internet.

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

B.

Graphical Object-Oriented Programming Software 1. The system shall include a graphical object-oriented programming function which shall be used to create all control sequences utilized in BACNET/SEDONA programmable nodes. The graphical objectoriented programming function shall provide programming elements to be connected together to create a logic diagram. The graphical object-oriented programming function shall include elements for mathematical, logical, timing, setpoint, display and input/output functions to create logic diagrams that represent sequences of operation. 2. Program elements shall be able to be combined into a custom template that can then be used as a standard function. 3. Program checkout and debug tools shall include display of real-time and/or simulated system variables and inter-object data on the programming screens. The user shall be able to assign fixed or variable values to inputs during the dynamic debugging of the control sequence. 4. The graphical programming tools shall provide the ability to print I/O lists, lists of standard network variables and lists of all parameters to be viewed by the HMI. 5. The programming software shall reside on each DDC controller for programming and/or configuring each DDC on the project. The applications shall be downloaded and executed at the appropriate nodes. The software shall allow for updated applications via the network from the OW. 6. DDC programs are to be provided to meet the control strategies as called for in the sequence of operation sections of these specifications. Each DDC shall have available a full library of DDC algorithms, intrinsic control operators, arithmetic, trigonometric, logic, Proportional Control, Proportional plus Integral (PI), Proportional plus Integral plus Derivative (PID), and relational operators for implementation of control sequences. 2-POSITION, FLOATING, STANDARD I/O AND COUNTER INPUTS, TIME BASED DATA, CURVE FIT FUNCTION, PSYCHOMETRIC FUNCTIONS, INTEGRATION. 7. All DDC setpoints, gains, and time constants associated with DDC programs shall be available to the operator for display and modification via the POT, DDU or OW interface.

C.

Library of Applications: A library of control, application, and graphic objects shall be provided to enable the creation of applications and user interface screens. Provide the capability to cut & paste objects and libraries into applications for a node/system. Applications are to be created by selecting the desired control objects from the library, dragging or pasting them on the screen, and linking them together, using a built-in graphical connection tool. Completed applications may be stored in the library for future use. Graphical User Interface screens shall be created in the same fashion. Data for the user displays is obtained by graphically linking the user display objects to the application objects to provide “real-time” data updates. Any real-time data value or object property may be connected to display its current value on a user display. Systems requiring separate software tools or processes to create applications and user interface display shall not be acceptable.

D.

Provide integral trend-logging presentation in the programming screen.

E.

Print capability, with page break reference tags to allow down to 8 ½”x 11” size paper

F.

Off-line simulations (step function, continuous run function, simulation of external inputs)

G.

Dynamic presentation of logic in on-line state (all intermediate values)

H.

Text to logic screens

I.

Memory monitoring

J.

Power cycle restart function

K.

Run-time capability

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

L.

Calculator objects, (basic stuff), including if-then-else, log, ln, exp, and trig functions.

M.

Recognize standard network variable type data (nvi) and create network variables output on the network (nvo)

N.

Programming Objects 1. Provide the capability to copy objects from the supplied libraries, or from a user-defined library to the user’s application. Objects shall be linked by a graphical linking scheme by dragging a link from one object to another. Object links will support one-to-one, many-to-one, or one-to-many relationships. Linked objects shall maintain their connections to other objects, regardless of where they are positioned on the page and shall show link identification for links to objects on other pages for easy identification. 2. Configuration of each object will be done through the object’s property sheet using fill-in the blank fields, list boxes, and selection buttons. Use of custom programming, scripting language, or a manufacturer-specific procedural language for configuration will not be accepted. 3. The software shall provide the ability to view the logic in a monitor mode. When on-line, the monitor mode shall provide the ability to view the logic in real time for easy diagnosis of the logic execution. When off-line (debug), the monitor mode shall allow the user to set values to inputs and monitor the logic for diagnosing execution before it is applied to the system (step function and run mode, integral trend logging). 4. The system shall support object duplication within the Owner’s database. An application, once configured, can be copied and pasted for easy re-use and duplication. All links, other than to the hardware, shall be maintained during duplication.

O.

Object Libraries 1. A standard library of object function blocks shall be included for development and setup of application logic, user interface displays, system services, and communication networks. 2. The function blocks in this library shall be capable of being copied and pasted into the user’s database and shall be organized according to their function. In addition, the user shall have the capability to group objects created in their application and store the new instances of these objects in a user-defined library. 3. Start-Stop Time Optimization Object. Provide a start-stop time optimization object to provide the capability of starting equipment just early enough to bring space conditions to desired conditions by the scheduled occupancy time. Also, allow equipment to be stopped before the scheduled unoccupancy time just far enough ahead to take advantage of the building’s “flywheel” effect for energy savings. Provide automatic tuning of all start / stop time object properties based on the previous day’s performance.

P.

Application Specific Configuration software Tools: Provide application specific ddc configuration software tools that will permit the individual ddc to be configured and commissioned with appropriate parameters. This software will reside on the ddc / laptop. Functionality shall include: 1. Recognize all Standard Configuration Parameters (SCPTs) 2. Provide capability for setting all Standard Configuration Parameters (SCPTs) 3. Translation capability for user defined configuration parameters 4. Monitoring capability for nvo’s from the nodes 5. Ability to set the values for nvi’s to the nodes

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

Q.

Network Management 1. The network management database shall be resident in the operator workstation server, ensuring that anyone with proper user name/password authorization has access to the network management database at all times. 2. The software shall have Client/server capability to allow multiple users ability to manipulate the database simultaneously.

R.

Human-Machine Interface - Operator Workstation Software 1. The HMI shall be a client/server architecture to allow multiple client access to an Ethernet connected server. The workstation shall operate also as a stand-alone workstation/server. 2. The software shall enable an operator to interact with various devices including, input/output (I/O) systems, intelligent transmitters, and other field devices. 3. It shall provide the following functions: i. ii. iii. iv. v. vi. vii. viii. ix. x. xi. xii. xiii.

Calendar. Scheduling. Trending. Alarm monitoring and routing. Time synchronization. Time zone handling Object linking and embedding for process control (OPC) for connectivity to third party OPC compliant software/devices Color graphic display On-line plots Use Microsoft NT security System documentation generation Dynamic data exchange (DDE) Dispatch of a single time schedule to all programmable nodes

4. System Configuration. At a minimum, the HMI shall permit the operator to perform the following tasks, with proper password access: i. ii. iii. iv. v. vi. vii. viii.

Create, delete, upload, or modify control strategies. Add/delete objects to the system. Tune control loops through the adjustment of control loop parameters. Enable or disable systems Generate text file reports to a networked printer. Select points to be alarmable and define the alarm state. Configure alarms to be sent to Microsoft windows mail client Select points to be trended over a period of time and initiate the recording of values automatically. ix. Provide different levels of security to every object in the HMI database x. Modify and create users with passwords and access levels and also be able to use currently logged on users and passwords

5. Event Alarm Notification and Actions i. The HMI software shall provide alarm recognition, storage, routing, management, and analysis. ii. The HMI software shall be able to route any alarm condition to any defined user location whether connected to a local network or remote via dial-up, telephone connection, or wide-area network. iii. Alarm generation shall be selectable for annunciation type and acknowledgement requirements including, but not limited to:

BAS TENDER DOCUMENT

TECHNICAL SPECS



PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

a. To alarm. b. Return to normal. c. To fault. iv. Provide for the creation of alarm classes for the purpose of routing types and or classes of alarms, i.e.: security, HVAC, Fire, etc. v. Provide timed (schedule) routing of alarms by class, object, group, or node. vi. Provide alarm generation from “runtime” and /or event counts for equipment maintenance. The user shall be able to reset runtime or event count values with appropriate password control. vii. Control equipment and network failures shall be treated as alarms and annunciated. viii. Alarms shall be annunciated in any of the following manners as defined by the user: a. Screen message text. b. Email of the complete alarm message to multiple recipients. Provide the ability to route and email alarms based on: i. Day of week. ii. Time of day. iii. Recipient. c. Time and date. d. Location (building, floor, zone, office number, etc.). e. Equipment (air handler #, accessway, etc.). f. Acknowledge time, date, and user who issued acknowledgement. g. Number of occurrences i Alarm actions may be initiated by user defined programmable objects created for that purpose. ii Defined users shall be given proper access to acknowledge any alarm, or specific types or classes of alarms defined by the user. iii A log of all alarms shall be maintained by the OWS HMI and shall be available for review by the user. iv Attach a graphic screen, text notes, and/or plant status report, to each alarm, as defined by user. v Repeat/nuisance alarms must have feature to be disabled, and a feature for monitoring disabled alarms. vi The system will be provided with a dedicated alarm window or console. This window will notify the operator of an alarm condition, and allow the operator to view details of the alarm and acknowledge the alarm. An alarm notification window will supercede all other windows on the desktop and shall not be capable of being minimized or closed by the operator. This window will notify the operator of new alarms and un-acknowledged alarms. vii The dedicated alarm window shall provide user selectable colors for each different priority of alarm. 6. Data Collection and Storage Requirements i. The OWS HMI shall have the ability to collect data for any property of any object and store this data for future use. ii. The data collection shall be performed by objects, resident in the controller, and if desired OWS, shall have, at a minimum, the following configurable properties: a. For interval logs, the object shall be configured for time of day, day of week and the sample collection interval. b. For deviation logs, the object shall be configured for the deviation of a variable to a fixed value. This value, when reached, will initiate logging of the object. c. For all logs, provide the ability to set the maximum number of data stores for the log and to set whether the log will stop collecting when full, or rollover the data on a first-in, first-out basis. d. Each log shall have the ability to have its data cleared on a time-based event or by a userdefined event or action. e. All log data shall be stored in a database in the OWS HIM and the data shall be accessed from a server (if the system is so configured) or a standard Web Browser. BAS TENDER DOCUMENT

TECHNICAL SPECS

10 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

f.

Systems that cannot provide log data in HTML formats at a minimum shall not be acceptable. g. The OW shall have the ability to archive its log data either locally (to itself), or remotely to a OWS server. Provide the ability to configure the following archiving properties, at a minimum: i. Archive on time of day. ii. Archive on user-defined number of data stores in the log (buffer size). iii. Archive when log has reached its user-defined capacity of data stores. iv. Provide ability to clear logs once archived.

7. Audit Log Provide and maintain an Audit Log that tracks all activities performed on the OWS HMI. Provide the ability to specify a buffer size for the log and the ability to archive log based on time or when the log has reached its user-defined buffer size. Provide the ability to archive the log locally to OWS HMI or to a server. For each log entry, provide the following data: i. Time and date. ii. User ID. iii. Change or activity: i.e., change setpoint, add or delete objects, commands, etc. 8. Database Backup And Storage i. The OW shall have the ability to automatically backup its database. The database shall be backed up based on a user-defined time interval. ii. Shall have the ability to automatically complete full or partial backups; and have the ability to full or partial restore. Partial is defined as only items that have changed in the database. iii. Copies of the current database and, at the most recently saved database shall be stored in the OW. The age of the most recently saved database is dependent on the user-defined database save interval. 9. Graphical Real-Time Displays. The HMI, shall at a minimum, support the following graphical features and functions: i. Graphic screens shall be developed using any drawing package capable of generating and importing a GIF, BMP, DWG, DXF, or JPG file format. In addition to, or in lieu of a graphic background, the HMI shall support the use of scanned pictures. ii. Graphic screens shall contain objects for text, real-time values, animation, color spectrum objects, logs, graphs, HTML, or XML document links, schedule objects, hyperlinks to other URL’s, and links to other graphic screens. iii. Modifying common application objects, such as schedules, calendars, and set points shall be accomplished in a graphical manner. iv. Commands to start and stop binary objects shall be done by clicking the selected object and selecting the appropriate command from the pop-up menu. Data entry may be typed or mouse entered. v. Adjustments to analog objects, such as set points, shall be done by clicking the selected object and entering value or using a graphical slider to adjust the value. vi. The OWS shall be able to support multiple graphic objects at the same time. If tiled, then each graphical object shall be fully scalable or aspect locked. vii. Trend Displays (variable versus time) - A trend display shall show the values of points plotted versus time similar to a strip chart recorder. Eight tags shall be trended per trend. The HMI software shall provide real-time and historical trending (for data which had been logged). This may be achieved by either color graphic page display or an Microsoft excel based display. viii. Real-Time Trends - shall contain real-time data without consuming hard disk space. ix. Historical Trends Logs - A historical trend log display presents data stored on the computer’s hard disk. x. X-Y Plots (variable versus variable) - An x-y plot shall dynamically represent the real-time or historical relationship one variable plotted against another variable. xi. Automatic Generation - All trends and plots shall be self-generated and not require any programming by the user. BAS TENDER DOCUMENT

TECHNICAL SPECS

11 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

xii. The HMI software shall provide dialog boxes and menu picks for configuring trends and plots. xiii. Any analog or binary data may be trended or plotted. xiv. The software shall store pre-configured presentation of trends to facilitate operator call-up of trend log displays. It shall be possible to call up a trend log with pre-assigned data. 10. Graphics Builder - The HMI software shall provide a graphics builder. i. Display Documentation - The graphics builder shall provide show, simulate, review, and document animation functions to allow the user to identify, diagnose, change, and document animation points on each display. ii. A library of vendor-supplied objects will be included. These objects, widgets, and symbols must be continuously scalable. These items shall be editable by the user. iii. A library of animated graphic objects shall be included. iv. Animation - The Graphics Builder will animate process graphics with real-time data from field devices. v. Multi-State Color Animation shall be provided to change a graphic object’s color from a palette of colors. vi. Alarm Color - Color animation for normal, alarm, and alarm acknowledged states for both analog and binary point tags shall be provided. The user shall define the foreground and background colors for each state. vii. Alarm Blink – Objects and text data shall blink based on alarm state and acknowledged state. viii. Text and Numeric Animation - The software shall display the numeric value of an analog point, text of a text point, and the descriptors of a binary point. Display Linking - The software shall provide a display linking function. Clicking the object associated with the link changes the display to a new user-defined display. ix. Pickable/Non-Pickable - The software shall enable active points to be selected with the mouse and accessed. It shall be possible to make a point non-pickable: the dynamic information shall be displayed, but the operator will not be able to access a detail display, change the value, etc. based on security settings of the software. x. Ability to open external executable files from button click xi. Ability to open HTML web pages from button click xii. Ability to view Microsoft Excel files from button click 11. On-Line Help. Provide a context sensitive help system to assist the operator in operation and editing of the system. Help screens shall be available for all applications and shall provide the relevant data for that particular screen. 12. Security. Each operator shall be required to log on to that system with a user name and password in order to view, edit, add, or delete data. i. System security shall be selectable for each operator. ii. The system administrator shall have the ability to set passwords and security levels for all other operators. iii. Each operator password shall be able to restrict the operators’ access for viewing and/or changing each system application, full screen editor, and object. iv. Each operator shall automatically be logged off of the system if no keyboard or mouse activity is detected. v. All system security data shall be stored in an encrypted format. vi. Each object in the HMI database must be able to have a security policy applied to it. 13. System Diagnostics. The system shall automatically monitor the operation of network connections and controllers. The failure of any device shall be annunciated to the operator. 14. DDE Server - The HMI software shall be able to communicate and exchange data with any Third Party DDE compliant application. 15. MICROSOFT REPORT GENERATION – The HMI software shall be able to seamlessly interact with Microsoft Office Products, including Excel, with no additional programming. System shall be able to Generate Customized reports for BAS TENDER DOCUMENT

TECHNICAL SPECS

12 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

• • • • 2.2

Specified Parameter (among those monitored/controlled) At Specified Logging rate duly time stamped As Normal report as well as alarm report In the format/content as required by Consultant / Client

Material OS Software shall be in conformance to the latest licensing norms of International accrediting agency and NASSCOM. BAS Software shall be a License Copy with proper licensing documents from the OEM supporting unlimited tags IO and complying to “Licensed User” requirements mentioned in the detailed specifications.

2.3

Workmanship OS and BAS Software complete with and BAS modules shall be thoroughly inspected and any damage noticed shall be reported to the Engineer-in- charge. OS shall be installed at site in presence of client and authentication codes be demonstrated. BAS software shall be installed by the OEM / its Authorized Integrator in presence of the client with handing over of “SW Authorization Codes” to client The vendor shall demonstrate “operation and use” of all BAS modules to client as specified in detailed specifications at the time of first installation; this is over and above the training needs explained in GCC. Mode of Measurement

3.0

All Softwares shall be supplied a Single user License and shall comprise of all the above features mentioned under BAS Software and DOS Software. DDC CONTROLLERS AND HARDWARE

3.1

Supply, logic programming, installation, testing, commissioning Direct Digital controllers supporting BACNet only including all among RS485 / IP and Ethernet protocols - designed for the required IO parameters (as per IO summary provided separately); it shall have an Onboard IP connectivity. DDC shall be housed in IP- 54 MS powder coated panel duly internally - wired and tested Built-in web-server or equivalent external hardware shall be included to make the system compatible with popular web browser over Ethernet connection to ensure system monitoring over internet connection. Display and MMI Features The on board IP based DDC Controllers offered shall have embedded software for control, programming and remote control through any pc/netbook with a standard web browser only. Design Notes: a. The Quantity and Area for each DDC shall be as per BOQ and configuration shall be to suit the IO summary provided later in the tender. b. Each AHU shall be offered with dedicated DDC Controller. c.

Each DDC shall be stand-alone and remotely/locally programmable; System controller Concept shall not be accepted

d. Offered BAS Architecture shall have distributed intelligence and peer to peer communication compliance. e. The DDC’s shall have 20% spare capacity (digital/analog input/output) - over and above the IO summary listing to give flexibility for future expansion.

BAS TENDER DOCUMENT

TECHNICAL SPECS

13 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

3.2

DDC Controller Specifications i. DDC controllers shall be capable of fully “stand- alone” operation i.e. in the event of loss of communication with other DDC’s or Control Station, they shall be able to function on their own. The controllers shall be BACNET (Native) based products. The controllers shall be web server based and shall be programmed using standard web browser. ii. The Plant Room and AHU controllers shall consist of minimum single 32-bit RISC processors for reliable throughput, based with EEPROM based operating system (O.S.). iii. The memory available to the controller board as working space for storage of the Operating system software and data files shall be decided on the basis of number of points being controlled by them. iv. The controllers shall be UL listed and conforming to CE (Euro norms). v. Controllers requiring nickel-cadmium/lithium battery to support the full operation of the RAM, shall have battery back-up up to as specified separately. vi. A low battery alarm shall be provided with each Controller and with an indication at the Control Station. vii. In case the memory is stored on EEPROM, the battery backup will not be required. viii. The Controllers shall have proportional control, Proportional plus Integral (PI) Control, Proportional plus Integral plus Derivative (PID) Control, Two Position Control and Time Proportioning Control and algorithms etc as applicable - all in its memory and all available for use by the user, i.e. all the control modes shall be software selectable at any time and in any combination. The analog output of Proportional Control, PI Control, and PID Control shall continuously be updated and output by the program shall be provided. Between cycles the analog output shall retain its last value. Enhanced integral action in lieu of Derivative function shall not be acceptable. ix. The controllers shall have a resident real time for providing time of day, day of week, date, month and year. These shall be capable of being synchronized with other clocks in the network. x. Back-up power shall support the automatically synchronized.

clock. Upon power restoration

xi. The microprocessor based DDC’s shall be provided with converters, memory,

all

clocks

shall

be

power supply, A/D and D/A

xii. All DDC controllers shall be capable of handling voltage, mili-ampere, resistance or open and closed contacts inputs in any mix, if required. xiii. Analog inputs/outputs of the following minimum types shall be supported : 4-20 mA. 0-1 volts. 0-10 volts. 0-5 volts, and 2-10 volts. Resistance Signals (either PTC or NTC) (PT 100, PT 1000, PT 3000, Balco 500, NI 1000) xvi. Digital input/output types to be supported shall be, but not limited to the following : Normally-open contacts. Normally-closed contacts. Modulating outputs shall be true proportional outputs and not floating control type. xvii. Controller’s packaging shall be such that, complete installation and check out of fiel wiring can be done prior to the installation of electronic boards.

d

xviii. All board terminations shall be made via plug-in connectors to facilitate trouble-shooting, repair and replacement. Soldering of connections shall not be permitted. BAS TENDER DOCUMENT

TECHNICAL SPECS

14 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

xix. Controllers shall be equipped with diagnostic LED indicators with at least indication for Power up Test OK, and Bus Error. All LED’s shall be visible without opening the panel door. LED for BI and BO points should be available. xx. It shall be possible for the controllers to accept regulated uninterrupted power supply to maintain full operation of the controller functions (control, logging, monitoring and communications) in the event of a localized mains failure. xxi. Controllers requiring fan cooling are not acceptable. xxii. In AHU and Plant Room DDC, there shall be the facility for accessing controller data information locally , via a standard netbook/laptop computer which can be common to all controllers and normally removed to prevent unauthorized tampering. Access to the system thus provided shall be restricted by password. xxiii. The controllers shall be housed in vandal proof boxes to protect them from tampering by any unauthorized personnel. All DDC controllers used in plant room spaces and external application shall be housed in enclosures as specified separately. xxiv. It shall be off-line.

possible to add new controllers to the

system without taking any part of the system

Vendor shall comply to all the requirements mentioned above; Deviations, if any, shall be highlighted by vendor in their bid as per the format provided under GCC clause. The IO Summary provides a composite view of the control scheme; Bidder shall consider as below as applicable • One DDC per AHU • One DDC per Plant Room • One DDC per ventilation system The remote Digital Display & Control Units specified above shall provide following features as minimum: A. General Requirements. 1. Shall permit the End Use / Operating staff to: i. Display point values ii. Display parameters iii. Change time schedule elements iv. List and acknowledge alarms v. Monitor & change T and Rh set points in the system vi. Command points (manual overrides) of points vii. Override input points (put inputs in test) viii. Read and check BACNet variables on the network ix. Password protected 2. Display and Control Unit shall be with the following components: i. Liquid Crystal Display ii. Minimum 4x20 character iii. Pushbuttons for scrolling display and enter iv. Permanent mount or portable connection. v. 0 to 9 membrane keys easily operable. B. Special Requirement 3. The display unit shall be kept in the OT Room, for doctor’s easy operation for change control and monitoring of Temperature and RH 3.3

Network Switch and Communication Features. The network switch shall be of reputed make connecting all the DDC Controllers on IP backbone over to the Central Monitoring Station. Switches shall be used such that minimum 10% of the ports shall remain spare any time.

BAS TENDER DOCUMENT

TECHNICAL SPECS

15 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

Controllers shall be uniquely identified over the network to facilitate online network device search and simplify reconfiguration. 3.4

Fan Coil Thermostatic Controller (if part of SOQ) Fan coil controllers shall be digital type and designed for heating and cooling application. The controller shall have digital display of room temperature which shall be programmable through a set-point knob. It shall have a 3 speed switching facility for Fan operation; The unit shall be provided with liquid filled sensing element. Controller shall be located around 5 feet above floor in the location of avg. temperature without exposure to heat generating areas. Range: 40 to 90 F Ambient Operating Temp: 0 – 105 F Switch: Snap Acting Type Cover Thermoplastic Base SS Listing UL/CSA

3.5

Workmanship and Features Compliance All Controller shall be new unused and shall bear serial no. tags for identification and uniqueness. Controllers shall be provided dully assembled with proper workmanship and shall be ready to be programmed and wired for use. Damage to the unit at the time of pre-installation site check shall be immediately brought to the knowledge of site incharge and the unit immediately offered for a replacement. The Plant Room controller shall have a embedded Web server to allow daily operations functions to be accomplished from any network connected web browser. Operators shall be able to utilize any commercially available browser such as Microsoft Internet Explorer or Firefox. No additional software shall have to be installed on the client PC for normal operation of the system. All communications between the web browser and web server shall be encrypted using 128 bit SSL encryption. Web server shall be able to be located on the owner’s intranet or on the Internet.

3.5

Mode of Measurement The work carried out shall be measured on “No. of DDC panels” supplied installed and commissioned and which shall include the required on board and add on modules for complete ness of the IO requirements for the defined functionality of the DDC for each area as per Bill Of materials and Material specifications. ANNEXURE - VIII - DDC CONTROLLER – IO SUMMARY Refer Annexure 1 enclosed with this tender

4.0

FIELD INSTRUMENTS – SENSORS and TRANSMITTERS

4.1

Factory Calibration, Supply, Installation with all required fixtures and accessories, Testing, Site calibration and Commissioning of Field Sensors and Transmitters tabulated as per SOQ

4.2

Brief Specifications for the field devices are provided below; however, detailed installation and other specifications are provided in the material specifications which vendor shall comply to.

4.2.1

Temperature Sensors Temperature sensors shall be of the resistance type and shall be either three-wire 100 ohm platinum RTD, or two-wire 1000 ohm platinum RTD. General specifications for these are as under •

Materials: Nickel or Platinum element.

BAS TENDER DOCUMENT

TECHNICAL SPECS

16 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

• • • • • • 4.2.2

Mounting: Duct/Pipe, Room Range: -10ºC to 60ºC, 0ºC to 70ºC Accuracy: +/- 0.3ºC Output: Resistive 1000ohms @ 21ºC Approval: UL/CSA/FM/Eq Special: Duct Element Holder, Brass Well Assembly, Room Mounting Bracket and Cover; with thermowell and fixtures for Pipe mounting

Humidity Transmitters The sensor shall be a solid state, resistance type relative humidity sensor of the Bulk Polymer Design. The sensor element shall be washable and shall resist surface contaminations. • • • • • • • •

Materials: Polymer Mounting: Duct or Wall Range: 0% to 100% Accuracy: +/-3% Protection: 0-100% non-condensing Output: 0-10vDC, 4-20mA Approval: UL/CSA/FM/Eq Special: Duct or Wall Mounting Kit

Note: A combined T+Rh (Temperature and Humidity sensing) can be offered by vendor complying to individual sensor specifications as above 4.2.3

Pressure Transmitters Pressure transmitters shall be constructed to withstand 100% pressure over-range without damage and to hold calibrated accuracy when subject to a momentary 40% over-range input. • • • • • • • • •

4.2.4

Materials: SS body and Brass bellows Accuracy: ± 0.5 % FS Mounting: Pipe mounted at Pumps discharge points Op Pressure Range: To Suit Pump Discharge Pressures ranging from 1kg/cm2 to 6 kg/cm2 Operating Temp Range: -30 ºC to 80 ºC Protection: IP65 Housing. Output: 0-10V (or as suitable for DDC input) Approval: UL/CSA/FM/Eq Special: Pipe taps and shut off valves provided by Mechanical Contractor

Liquid Level Transmitters (water duty) The proposed liquid level sensors shall be of non-contact ultrasonic type and balance specifications as below • Mounting: Tank with all necessary fixtures to ensure plumb installation • Range: 0.5m to 8m • Accuracy: 0.25% measuring range • Protection: -20-80 ºC, IP68 • Output: 0-10vDC, 4-20mA (matching the DDC protocol) • Approval: UL/CSA/FM/Eq • Special: Tank Mounting Kit to be supplied

4.2.5   Differential Pressure Switches (water/air duty) • • • • •

Mounting: Discharge and Suction Ports of Pumps for hydraulic status Operating Temp: -1 to 70 deg C Wetted parts: Polyeurethane dia / eq. Type: SPDT Precision snap acting type (10 million cycles) Approval: UL/CSA/FM/Eq.

BAS TENDER DOCUMENT

TECHNICAL SPECS

17 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

• • •

Operating Pressure: 0-150 psi Repeatability: ± 1 % span Protection/Listing : NEMA 4/UL

4.2.6   Damper Actuators   • • • • • • • • 4.2.7

Mounting: Fresh / Ex Air Dampers Action - Spring Return (0-90deg turn max.) Modulating Type operating on 0-10V/4-20mA to meet Controller Output Torque = 4 – 8 -10 Nm (to suit damper demand) Run time = 150 s (app.) Shaft diameter = 8-26 mm adjustable Protection / Listing = IP 54 / UL-CE Environmental = Minus 30 to Plus 50 C / 95% non-condensing

Clamp On type Flow Meter • • • • • •

Location: Chilled Water Return header from chiller Type: Ultrasonic type – clamp on type. Accuracy: ± 2% of full scale For pipes size upto: 200 mm NB with required fixtures Listing: UL/CE No insertion in the pipes is required.

4.2.8

CO2 Sensor • To trigger: Fresh Air damper actuator through DDC Controller • Location: At 8 feet in center to suit interiors for public areas • Coverage: 100 sft area at 8 feet ht @ 120 degrees • Response time: 1 sec • Sensitivity adjustment: Required • Listing: UL/CS • Accuracy: As per mfr std. • Installed with all required fixtures

4.2.9

Control Valves For AHU and FCU – as specified in HVAC tender For Chiller Isolation • • • • •

Type: 2 Way butterfly type Location: Chiller outlet MOC : Body Ductile Iron / EPDM Seat / Shaft & Disc 304 SS Actuator: Spring return ON/Off / 24V AC Protection: NEMA 2

5.0

ELECT PANEL, CONTROL, POWER & LOW VOLTAGE WIRING

5.1

DDC Panels Vendor shall supply IP 54 protection MS powder coated or equivalent finish. All DDCs shall be preinstalled and prewired in the panel at OEM Manufacturer’s works and shall not be assembled at site to avoid tampering and damage to the controllers. Controllers shall be installed on DIN RAIL or equivalent installation mechanism as specified by the manufacturer. Panels shall be provided with proper tagging and Terminals (elmex or eq.) for proper addressing of incoming and outgoing cables.

BAS TENDER DOCUMENT

TECHNICAL SPECS

18 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

A. Provide interlock wiring between supply and exhaust fans, electrical wiring for relays (including power feed) for temperature and pressure indication. B. Provide power wiring, conduit and connections for low temperature thermostats, high temperature thermostats, alarms, flow switches, actuating devices for temperature, humidity, pressure and flow indication, point resets and user disconnect switches for electric heating, appliances controlled by this Section. C. Provide all other wiring required for the complete operation of the specified systems. D. Install all wiring raceway systems complying with the requirements of the National Electrical Code. All installations shall be installed in EMT. E. Network Communication Requirements 1. Wired network communication shall be via channels consisting of a 22 or 24 AWG twisted pair installed in a 3/4” EMT. 2. In all communication conduits, provide one spare twisted pair to be installed, tagged and labeled at each end. 3. Communication conduits shall not be installed closer than six feet from high power transformers or run parallel within six feet of electrical high power cables. Care shall be taken to route the cable as far from interference generating devices as possible. 4. Unshielded cables shall be used for communication. 5. There shall be no power wiring, in excess of 30 VAC rms, run in conduit with communications wiring. In cases where signal wiring is run in conduit with communication wiring, all communication wiring and signal wiring shall be run using separate twisted shielded pairs (24awg) with the shields grounded in accordance with the manufacturer’s wiring practices. F. Input/Output Control Wiring & Communicaiton – as applicable All the control and communication wiring shall be carried out specification of cables :-

generally as per following

Control Cabling : 2 Core– Anealed copper flexible conductor PVC insulated Aluminium/ Mylar Screened,PVC insulated, PVC sheathed control cable as per IS 694 Part 1 650V grade. Communication Cabling : 2*Twisted Pair– Anealed copper flexible conductor PVC insulated individual Aluminium Mylar Screened,0.5 sq. mm ATC drain wire,overall screened, PVC sheathed control cable as per IS 694 Part 1 650V grade. CAT 6 Cable in case of IP based Communication Backbone. G. Splices 1. Splices in shielded cables shall consist of terminations and the use of shielded cable couplers, which maintain the integrity of the shielding. Terminations shall be in accessible locations. Cables shall be harnessed with cable ties as specified herein. H. Conduit and Fittings 1. Conduit for Control Wiring, Control Cable and Transmission Cable: Electrical metallic tubing (EMT) with compression fittings, cold rolled steel, zinc coated or zinc-coated rigid steel with threaded connections Or PVC (as specified in SOQ). 2. Outlet Boxes (Dry Location): Sheradized or galvanized drawn steel suited to each application, in general, four inches square or octagon with suitable raised cover. 3. Outlet Boxes (Exposed to Weather): Threaded hub cast aluminum or iron boxes with gasket device plate. 4. Pull and Junction Boxes: Size according to number, size, and position of entering raceway as required by National Electrical Codes. Enclosure type shall be suited to location. BAS TENDER DOCUMENT

TECHNICAL SPECS

19 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

I.

Relays 1. Relays other than those associated with digital output cards shall be general purpose, enclosed plug-in type with 8-pin octal plug and protected by a heat and shock resistant duct cover. Number of contacts and operational function shall be as required.

J.

Solid State Relays (SSR): Input/output isolation shall be greater than lOE9 ohms with a breakdown voltage of 1500V root mean square or greater at 60 Hz. The contact life shall be 10 x 10 E6 operations or greater. The ambient temperature range of SSRs shall be -20 to +140F. Input impedance shall not be less than 500 ohms. Relays shall be rated for the application. Operating and release time shall be for 100 milliseconds or less. Transient suppression shall be provided as an integral part of the relay.

6.0

SAFETIES & PRECAUTIONS IN ERECTION AND INSTALLATION

6.1

RISKS PRIOR TO AND DURING CONSTRUCTION Prior to and during construction, parties undertaking work that involves significant risk will be expected to have produced site specific risk assessments to demonstrate how risks will be controlled to a tolerable level. In addition, parties should be fully prepared to write and implement safety method statements detailing how their risk assessments will be implemented, responsibilities, relevant standards, specific training (if required) amongst other requirements which may be required by the Main Contractor. Particular attention shall be paid to working within occupied spaces and risk to Client’s business activities.

6.2

TRANSIENT/SPIKE PROTECTION All microprocessor based controllers and other electronic equipment such as personal computers, server, peripheral equipment and communications equipment, must be capable of withstanding transient disturbances from the input power supply. The communication network(s) shall be isolated against transient disturbances via optical couplers or other approved means. Where running between buildings, lightning protection devices shall be installed on the communications network at the point of entry to each building.

6. 3

ELECTROMAGNETIC COMPATIBILITY All components of and the complete Integrated system shall comply with the requirements of BS EN 50 081-1 Generic Emission Standard and BS EN 50 082-1 & 2 Generic Immunity Standard. In order to avoid corruption of the system equipment operation by electrical interference, all wiring shall be installed to minimise coupling of electromagnetic and electrostatic interference on low voltage signals and data wiring. The preferred method of achieving this shall be by ensuring a physical separation of greater than 50mm between the power supply cables and the signal and data cables. Where mixed wiring is unavoidable braided screen mains cable, dressed close to metalwork, is preferred. System equipment shall be protected from interference by the operation of hand held radio transmitters, radio pagers, etc, within 1 metre of the equipment.

6. 4

POWER SUPPLY TOLERANCES The equipment supplied shall be suitable for operation on site power supply and the supply voltage and frequency tolerances permitted by the Electricity Supply Regulations 1994 and the Electricity Board Regulations. Contactors: Contactors shall be of the single coil, electrically operated, mechanically held type. Positive locking shall be obtained without the use of hooks, latches, or semipermanent magnets. Contactor shall be double-break-silver-to-silver type protected by arcing contacts. The number of contacts and rating

BAS TENDER DOCUMENT

TECHNICAL SPECS

20 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

shall be selected for the application. Operating and release times shall be 100 milliseconds or less. Contactors shall be equipped with coil transient suppression devices. A. Do not install electronic hardware in the project until non-condensing environmental conditions have been established. Products installed in violation of this request maybe requested to be replaced at no additional cost to the project. B. Coordinate storage requirements for factory mounted terminal control units on air terminal devices, air handling units or other packaged control equipment. Do not store control units on site in nonconditioned areas for more than two weeks. C. Factory-Mounted Components: Where control devices specified in this section are indicated to be factory mounted on equipment, arrange for shipping control devices to unit manufacturer. 6.5

GENERAL INSTALLATION REQUIREMENTS A. Install all control components in accordance with manufacturer's instructions and recommendations. B. If the controls contractor is responsible for providing the damper then provide mixing dampers of parallel blade construction arranged to mix streams. Provide separate minimum outside air damper section adjacent to variable outside air damper. C. Mount control panels adjacent to associated equipment on vibration-free walls or freestanding angle iron supports. One cabinet may accommodate more than one system in same equipment room. Provide nameplates for instruments and controls inside cabinet and nameplates on cabinet face. D. After completion of installation, test and adjust control equipment. Submit data showing setpoints and final adjustments of controls. E. Install equipment, piping, wiring/conduit parallel to building lines (i.e., horizontal, vertical, and parallel to walls) wherever possible. F. Provide sufficient slack and flexible connections to allow for vibration of piping and equipment. G. Verify integrity of all wiring to ensure continuity and freedom from shorts and grounds. H. All equipment, installation, and wiring shall comply with acceptable industry specifications and standards for performance, reliability, and compatibility and be executed in strict adherence to local codes and standard practices.

6.6

HARDWARE IDENTIFICATION A. Automatic Control Valve Tags (If applicable) 1. For valves, etc., use metal tags with a 2-inch minimum diameter, fabricated of brass, stainless steel or aluminum. Attach tags with chain of same materials. For lubrication instructions, use linen or heavy duty shipping tag. 2. Tag valves with identifying number and system. Number valves by floor level, column location and system served. 3. Prepare lists of all tagged valves showing location, floor level, and tag number, use. Prepare separate lists for each system. Include copies in each maintenance manual. B. Wire Tags 1. All multi-conductor cables in all pull boxes and terminal strip cabinets shall be tagged 2. Provide wire Tags as per Division 16. C. Conduit Tags

BAS TENDER DOCUMENT

TECHNICAL SPECS

21 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

1. Provide tagging or labeling of conduit so that it is always readily observable which conduit was installed or used in implementation of this Work. D. Miscellaneous Equipment Identification 1. Screwed-on, engraved black lamicoid sheet with white lettering on all control panels and remote processing panels. Lettering sizes subject to approval. 2. Inscription, subject to review and acceptance, indicating equipment, system numbers, functions and switches. For panel interior wiring, input/output modules, local control panel device identification. 7.0

SITE EXAMINATION A. Verify that systems are ready to receive work. B. Beginning of installation means installer accepts existing conditions. C. The project plans shall be thoroughly examined for control device and equipment locations, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough-in work is started. D. The contractor shall inspect the site to verify that equipment is installable as show, and any discrepancies, conflicts, or omissions shall be reported to the Architect/Engineer for resolution before rough-in work is started. E. The Control System Contractor shall examine the drawings and specifications for other parts of the work, and if head room or space conditions appear inadequate or if any discrepancies occur between the plans and his work and the plans for the work of others, he shall report such discrepancies to the Architect/Engineer and shall obtain written instructions for any changes necessary to accommodate his work with the work of others.

8.0

EXECUTION AND PRECOMMISSIONING ACTIVITY

8.1

SEQUENCE OF OPERATIONS A. General. 1. Provide automatic control for system operation as described herein, although word “automatic” or “automatically”, is not used. 2. Provide control devices, control software and control wiring as required for automatic operation of each sequence specified. 3. Manual operation is limited only where specifically described; however, provide manual override for each automatic operation. 4. Where manual start-up is called for, also provide scheduled automatic start-stop capabilities. 5. Functions called for in sequence of operations are minimum requirements and not to limit additional capabilities the DDC system can be provided with. 6. Provide following functions which are not specifically mentioned in each Sequence of Operation a. For each item of equipment: 1) 2) 3) 4)

Start-Stop, manual, and scheduled On-Off status of each piece of equipment Run-time All setpoints shall be adjustable

b. Sequenced starting of all motors: 1) At initial start-up 2) For automatic starting on emergency power after power blackout BAS TENDER DOCUMENT

TECHNICAL SPECS

22 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 

8.2

IDENTIFICATION OF HARDWARE AND WIRING A. All wiring and cabling, including that within factory-fabricated panels shall be labeled at each end within 2" of termination with a cable identifier and other descriptive information. B. Permanently label or code each point of field terminal strips to show the instrument or item served. C. Identify control panels with minimum 1 inch letters on nameplates. D. Identify all other control components with permanent labels. Identifiers shall match record documents. E. Identify room sensors relating to terminal box or valves with nameplates.

8.3

FIELD QUALITY CONTROL A. All work, materials and equipment shall comply with the rules and regulations of applicable local, state, and federal codes and ordinances as identified in Part 1 of this Section. B. Contractor shall continually monitor the field installation for code compliance and quality of workmanship. All visible piping and/or wiring runs shall be installed parallel to building lines and properly supported. C. Contractor shall arrange for field inspections by local and/or state authorities having jurisdiction over the work.

9.0

TESTING OF SYSTEM Upon completion of the installation, Contractor shall start-up the system and perform all necessary calibration and testing to ensure proper operation of the project control systems. Schedule a hardware demonstration and system acceptance test in the presence of the Contracting Officer and/or the Engineer. The acceptance testing is defined as demonstrating the sequence of operation as indicated in the drawings. The hardware demonstration is specified in this Section. The Contractor shall perform all tests prior to scheduling the acceptance test and hardware demonstration to insure the overall system is ready for inspection and observations. When the system performance is deemed satisfactory in whole or in part by these observers, the system parts will be accepted for beneficial use and be deemed substantially complete.

10.0

COMMISSIONING • • • • • • •

The BMS specialist shall be responsible for the full commissioning of his system and any other controls equipment supplied by him. All safety interlocks, overrides and fail-safe conditions are to be operational prior to starting the plant. Demonstrate as agreed with the engineer prior to starting plant in BMS auto mode. Fault conditions for all critical alarms, safety devices and control interlocks shall be simulated and proved effective as soon as practical once BMS control mode is selected. Sensors shall be checked to ascertain accuracy within limits, pressure switches checked for switch points and hysteresis. Humidity sensors shall be checked for accuracy using a wet/dry bulb thermometer. All the necessary test equipment and materials used in commissioning shall be supplied by the BMS specialist. All test equipment shall have valid test certificates. Graphs shall be provided to demonstrate the stable control of the plant. Simulated inputs shall be employed to check stability over the design environmental range. The BMS specialist shall allow one additional full day by his commissioning engineer to revisit the system at a later date (after hand-over). He shall check and adjust operational parameters, and retune any control as maybe required by change in the control system load conditions or bedding-in of the plant.

BAS TENDER DOCUMENT

TECHNICAL SPECS

23 

PROJECT TITLE: HVAC JOB FOR LG HOSPITAL , AHMEDABAD PRINCIPAL CONSULTANT: B H A V E S H S H A H & P R I T I S H A H MEPF CONSULTANT: SHETH TECHNO CONSULTANT PVT. LTD. AHMEDABAD 





11.0

Commissioning documentation and schedules shall be submitted for approval during the design phase showing each plant, point, interlock and control algorithms, and the stages of checks and commissioning required. Each cleared item to have date and engineer reference. Completed copies shall be available to the engineer prior to acceptance testing. A complete set of the commissioning documentation is to form part of the system documentation. Once any item of plant is commissioned and left running to the dictates of the BMS, documentation showing the overrides, control and software configuration shall be available on site at all times. All system documentation shall be in accordance with standard templates.

MAINTENANCE According to the standard recommendations systems should be regularly maintained under a maintenance agreement by the contractor The agency maintaining the system shall be responsible for ensuring that daily, weekly and monthly routine maintenance is carried out in accordance with the recommendations set out in and the service and maintenance instructions provided by the manufacturer.

Signature of Tenderer :

Additional Chief Engineer (Electrical)

Name

:

Company’s seal

:

Date

:

BAS TENDER DOCUMENT

Ahmedabad Municipal Corporation

Date

TECHNICAL SPECS

:

24 

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

TECHNICAL SPECIFICATIONS ELECTRICAL LT PANEL

HVAC WORKS

LT Panel – Electrical Part

1

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

TECHNICAL SPECIFICATIONS FOR MEDIUM VOLTAGE PANEL 1.0

SCOPE OF WORK 1.1

2.0

This scope shall cover design, manufacture, check test, and supply of medium and low voltage motor/power control Panel boards, MCB distribution boards etc. as described in this specification, as per drawings and schedule of quantities. CODES & STANDARDS

2.1

The Panels shall comply with the latest edition of relevant Indian Standards and Indian Electricity Rules and Regulations. The following Indian standards shall be complied with: Sr.

Item

Relevant IS

1

General requirements for switchgear and control gear for voltages not exceeding 1000 V AC or 1200 V DC

IS: 4237

2

Switchgear bus bars, main connection and auxiliary wiring, marking and arrangement.

IS: 375

3

Degree of protection provided by enclosures for Low voltage switch gear and control gear.

IS: 2147

4

Terminal marking measuring their accessories.

IS: 8197

5

Danger notice plates

IS: 2551

6

Code of Practice for selection, installation and maintenance of switchgear and control gear.

IS: 10118

7

Specification for factory built assemblies of switchgear and control gear for voltage up to and including 1000 V AC and 1200 V D.C.

IS: 8623

8

Miniature circuit breakers.

IS: 8828

9

Current transformers

IS: 2705

10

Voltage transformer

IS: 3155

11

Electrical relay for protection

IS: 3231

12

Indicating instruments

IS: 1248

13

Integrating instruments

IS: 722

14

Control switches and push buttons

IS: 6875

15

AC motor starters exceeding 1000 V

for electrical instrument and

of

voltage

not

Relevant IEC

IS: 1822

The Panels also require approval of the client/consultant at various stage of their manufacture such as design, selection, construction, testing, shipping etc.

HVAC WORKS

LT Panel – Electrical Part

2

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

3.0

DESIGN BASIS & SITE CONDITIONS Site conditions Location Ahmedabad,Gujarat

Site altitude 50 M above mean sea level

Ambient temperature

Relative humidity

Maximum Minimum Design

47

0

04 45

Seismic factor IS:1893

0

0

C

Maximum 98 %

C

Minimum

C Zone III as per

Environmental Tropical/humid/corrosive conditions

40 %

Design

98 % at 45 0 C

Rainfall

1000 mm/year

Location of Indoor/Outdoor

Equipment

Wind speed 80 kmph maximum Electrical system data: Power supply for Equipment Voltage

415 kV ± 5 %

Permissible voltage & variation

combined frequency

Frequency ±6%

System earthing LV side neutral solidly earthed

50 Hz ± 3 %

System design faults level (Symmetrical)

35 kA for 1 sec. max.

Wiring 3 phase, 4 wire on 415V system

Auxiliary power supply :

4.0

Power supply

240V AC, 1-Ph, 50Hz

Control Supply

-----

Space heater power supply

240V AC, 1-Ph, 50Hz

Illumination power supply

240V AC, 1-Ph, 50Hz

Plug-socket power supply

240V AC, 1-Ph, 50Hz

TECHNICAL REQUIREMENTS All the Panels shall be metal clad, totally enclosed, rigid, floor mounting, air insulated, cubicle type suitable for operation on three phase/single phase, 415 V/240 V, 50 Hz., neutral effectively grounded at transformer and short circuit level as mentioned in the drawings. All the outdoor panel shall be double door type with IP54 protection class construction. All the indoor panel shall have IP51 protection class construction. The painting of all the metal part shall be as per the painting specification defined in the datasheet. The Panels shall be designed to withstand heaviest condition at site, with maximum expected ambient temperature of 45°c, 90% humidity and salty, dusty weather.

HVAC WORKS

LT Panel – Electrical Part

3

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

CUBICAL TYPE PANELS: 4.1

STRUCTURE

4.1.1

The Panels shall be metal clad enclosed and be fabricated out of high quality CRCA sheet, suitable for indoor installation having dead front operated and floor mounting type.

4.1.2

All CRCA sheet steel used in the construction of Panels shall be 2 mm. thick and shall be folded and braced as necessary to provide a rigid support for all components. Joints of any kind in sheet steel shall be seam welded, all welding slag grounded off and welding pits wiped smooth with plumber metal.

4.1.3

The Panels shall be totally enclosed, completely dust and vermin proof and degree of protection being not less than IP: 51. Gaskets between all adjacent units and beneath all covers shall be provided to render the joints dust proof. All doors and covers shall be fully gasketed with foam rubber and/or rubber strips and shall be lockable.

4.1.4

All panels and covers shall be properly fitted and secured with the frame and holds in the panel correctly positioned. Fixing screws shall enter into holes, taped into an adequate thickness of metal or provided with bolts and nuts. Self-threading screws shall not be used in the construction of Panels.

4.1.5

A base channel of 100 mm. x 50 mm. shall be provided at the bottom. A clearance of 300 mm. between the floor of the Panels and the bottom of the lower most units shall be provided.

4.1.6

Panels shall be preferably arranged in multi-tier formation. The Panels shall be of adequate size with a provision of 20% spare space to accommodate possible future additional switchgear. The size of the Panels shall be designed in such a way that the internal space is sufficient for hot air movement and the electrical component does not attain temperature more than 450c. The entire electrical component shall be derated for 500c. The ratings indicated in the drawing are derated for 500c.

4.1.7

Knock out holes of appropriate size and number shall be provided in the Panels in conformity with the number, and the size of incoming and outgoing conduits/cables.

4.1.8

Alternately, the Panels shall be provided with removable sheet steel plates at top and bottom to drill holes for cable/conduit entry at site.

4.1.9

The Panels shall be designed to facilitate easy inspection, maintenance and repair.

4.1.10

The Panels shall be sufficiently rigid to support the equipment without distortion under normal and under short circuit condition. They shall be suitably braced for short circuit duty.

4.2 4.2.1 4.3. 4.3.1 4.4 4.4.1 HVAC WORKS

PROTECTION CLASS: All the indoor Panels shall have protection class of IP 51 for indoor installation and IP 54 for outdoor installation. PAINTING: The painting shall be with 2 coats of epoxy primer along with two coats of PU paint [Anti-corrosive paint]. Paint shade shall be confirmed with the client. CIRCUIT COMPARTMENTS: Each circuit breaker and switch fuse unit shall be housed in separate compartments and shall be enclosed on all sides. Sheet steel hinged lockable door shall be duly LT Panel – Electrical Part

4

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

interlocked with the breaker/switch fuse unit in `ON’ and `OFF’ position. Safety interlocks shall be provided for air circuit breaker to prevent the breaker from being drawn out when the breaker is in `ON’ position. 4.4.2

4.5 4.5.1

4.6

The door shall not form an integral part of draw out position of the circuit breaker. All instruments and indicating lamp shall be mounted on the compartment door. Sheet steel barriers shall be provided between the tiers in a vertical section. INSTRUMENT COMPARTMENTS: Separate adequate compartment shall be provided for accommodating instruments, indicating lamps, control contactors/relays and control fuses etc. These components shall be accessible for testing and maintenance without any danger of accidental contact with live parts of the circuit breaker/switch fuse unit, busbar and connections. BUS-BARS:

4.6.1

The busbar shall be air insulated and made of high quality, high conductivity, high strength Aluminum.

4.6.2

The busbar shall be of 3 phases and neutral system with separate neutral and earth bar. The bus bar and interconnection between bus bars and various components shall be of high conductivity Aluminum. The busbar shall be of rectangular crosssection designed to withstand full load current for phase bus bars and half rated current for neutral bus bars and shall be extensible on either side. The busbar size shall be as per drawing. The busbar shall have uniform cross-section throughout the length.

4.6.3

The bus bars and interconnections shall be insulated with heat shrinkable PVC sleeve and be colour coded in red, yellow, blue and black to identify the 3 phases and neutral of the system if specified in datasheet. The busbar shall be supported on unbreakable, non-hydroscopic SMC/DMC insulated supports at sufficiently close intervals to prevent bus bars sag and shall effectively withstand electromagnetic stresses in the event of short circuit capacity of 15 KA RMS symmetrical for 1 sec. and a peak short circuit withstand of 31.5 KA minimum.

4.6.4

The bus bar shall be housed in a separate compartment. The bus bar shall be isolated with 3 mm. thick Bakelite sheet to avoid any accidental contact. The bus bar shall be arranged such that minimum clearance between the bus bars to be maintained as below: Between phases

:

25 mm. minimum

Between phases and neutral

:

25 mm.

Between phases and earth

:

25 mm.

Between neutral and earth

:

20 mm. minimum

4.6.5

All bus bar connections shall be done by drilling holes in bus bars and connecting by chromium plated or tinned plated brass bolts and nuts. Additional cross-section of bus bar shall be provided in all Panels to cover up the holes drilled in the bus bar. Spring and flat washers shall be used for tightening the bolts.

4.6.6

All connections between bus bars and circuit breakers/switches and cable terminals shall be through aluminum strips of proper size to carry full rated current. These strips shall be insulated with insulating tapes.

4.7 4.7.1

HVAC WORKS

ELECTRICAL POWER AND CONTROL WIRING CONNECTION: Terminal for both incoming and outgoing cable connections shall be suitable for 1100 V grade, aluminum/copper conductor PVC insulated and sheathed, armoured cable and shall be suitable for connections of solder-less sockets for the cable size as indicated on the appended drawings for the Panels. LT Panel – Electrical Part

5

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

4.7.2

Power connections for incoming feeders of the main Panels shall be suitable for 1100 V grade aluminum conductor (LT XLPE) cables.

4.7.3

Both control and power wiring shall be brought out in cable alley for ease of external connections, operation and maintenance.

4.7.4

Both control and power terminals shall be properly shrouded.

4.7.5

10% spare terminals shall be provided on each terminal block. Sufficient terminals shall be provided on each terminal block, so that not more than one outgoing wire is connected per terminal.

4.7.6

Terminal strips for power and control shall preferably be separated from each other by suitable barriers of enclosures.

4.7.7

Wiring inside the modules for power, control, protection and instruments etc. shall be done with use of 660/1100 V grade, PVC insulated copper conductor cables conforming to IS: 694 and IS: 8130. Power wiring inside the starter module shall be rated for full current raring of respective contactor, but not less than 4.0 sq.mm. crosssection area. For current transformer circuits, 2.5 sq.mm. copper conductor wire shall be used. Other control wiring shall be done with 1.5 sq.mm. copper conductor wires. Wires for connections to the door shall be flexible. All conductors shall be crimped with solderless sockets at the ends before connections are made to the terminals.

4.7.8

Control power for the Motor starter module shall be taken from the respective module switchgear outgoing. Control power wiring shall have control fuses, (HRC fuse type) for circuit protection. All indicating lamps shall be protected by HRC fuses.

4.7.9

Particular care shall be taken to ensure that the layout of wiring is neat and orderly. Identification ferrules shall be fitted to all the wire termination for ease of identification and to facilitate checking and testing.

4.7.10

Spring type washers shall be used for all copper and aluminium connections.

4.7.11

Final wiring diagram of the Panels power and control circuit with ferrules numbers shall be submitted alongwith the Panels as one of the documents against the contract.

4.8 4.8.1

4.9 4.9.1 4.10 4.10.1

4.11 4.11.1 HVAC WORKS

TERMINALS: The outgoing terminals and neutral link shall be brought out to a cable alley suitably located and accessible from the panel front. The current transformers for instruments metering shall be mounted on the disconnecting type terminal blocks. No direct connection of incoming or outgoing cables to internal components of the distribution board is permitted; only one conductor may be connected in one terminal. WIRE-WAYS: A horizontal PVC wire way with screwed covers shall be provided at the top to take interconnecting control wiring between different vertical sections. CABLE COMPARTMENTS: Cable compartments of adequate size shall be provided in the Panels for easy termination of all incoming and outgoing cables entering from bottom or top. Adequate supports shall be provided in the cable compartments to support cables. All outgoing and incoming feeder terminals shall be brought out to terminal blocks in the cable compartment. EARTHING: Copper earth bus of 40 X 6 mm shall be provided in the Panels for the entire length of the panel. The frame work of the Panels shall be connected to this earth bar. LT Panel – Electrical Part

6

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

Provisions shall be made for connection from this earth bar on both sides of the panels to the main earthing bar coming from the earth pit. Door earthing shall be provided for all the compartments. 4.11.2

The earth continuity conductor of each incoming and outgoing feeder shall be connected to this earth bar. The armour shall be properly connected with earthing clamp, and the clamp shall be made for connection from this earth pit on both sides of the Panels.

4.11.3

The earth continuity conductor of each incoming and outgoing feeder shall be connected to this earth bar. The armour shall be properly connected with earthing clamp, and the clamp shall be ultimately bonded with the earth bar.

4.12 4.12.1

4.13

LABELS: Engraved metal labels shall be provided on all incoming and outgoing feeders. Single line circuit diagram showing the arrangements of circuit inside the distribution board shall be pasted on inside of the panel door and covered with transparent laminated plastic sheet. NAME PLATE:

4.13.1

A name plate with the Panel’s designation in bold letters shall be fixed at top of the central panel. A separate name plate giving feeder details shall be provided for each feeder module door.

4.13.2

Inside the feeder compartments, the electrical components, equipments, accessories like switchgear, control gear, lamps, relays etc. shall suitably be identified by providing stickers.

4.13.3

Engraved name plates shall preferably be of 3 ply,(Red-White-Red or Black-WhiteBlack) lamicold sheet. However, black engraved Perspex sheet name plates shall also be acceptable. Engraving shall be done with square groove cutters.

4.13.4

Name plate shall be fastened by counter sunk screws and not by adhesives.

4.14

DANGER NOTICE PLATES:

4.14.1

The danger notice plate shall be affixed in a permanent manner on operating side of the Panels.

4.14.2

The danger notice plate shall indicate danger notice both in Hindi and English and with a sign of skull and bones.

4.14.3

The danger notice plates, in general, meet the requirements of local inspecting authorities.

4.14.4

Overall dimensions of the danger notice plate shall be 200 mm. wide x 150 mm. high.

4.14.5

The danger notice plate shall be made from minimum 1.6 mm. thick mild steel sheet and after due pre-treatment to the plate, the same shall be painted white with vitreous enamel paint on both front and rear surface of the plate.

4.14.6

The letters, the figures, the conventional skull and bones etc. shall be positioned on plate as per recommendation of IS: 2551-1982.

4.14.7

The said letters, the figures and the sign of skull and bones shall be painted in signal red colour as per IS: 5-1978.

4.14.8

The danger plate shall have rounded corners. Location of fixing holes for the plate shall be decided to suit design of the Panels.

HVAC WORKS

LT Panel – Electrical Part

7

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

4.14.9 4.15

The danger notice plate, if possible, be of ISI certification mark. Suitable Voltage rated rubber mates to be provided. INTERNAL COMPONENTS:

4.15.1

The Panels shall be equipped complete with all types of required number of auto transformer starters, switch fuse units, contactors, relays, fuses, meters, instruments, indicating lamps, push buttons, equipment, fittings, bus bars, cable boxes, cable glands etc. and all the necessary internal connections/wiring as required and as indicated on relevant drawings. Components necessary for the proper and complete functioning of the Panels but not indicated on the drawings shall be supplied and installed on the Panels.

4.15.2

All parts of the Panels carrying current including the components, connections, joints and instruments shall be capable of carrying their specified rated current continuously, without temperature rise exceeding the acceptable values of the relevant specifications at the part of the Panels.

4.15.3

All units of the same rating and specifications shall be fully interchangeable. COMPONENTS

4.16 4.16.1

GENERAL: The type, size and rating of the components shall be as indicated on the relevant drawings. While selection of the capacity of the components resulting from the prevailing conditions like ambient temperature shall be allowed for. The thermal and magnetic trip rating shall be compensated for the ambient temperature. The ratings indicated on the drawing are ratings anticipated at prevailing site conditions.

4.17

MINIATURE CIRCUIT BREAKERS:

4.17.1

Miniature Circuit breakers shall be current limiting type conformed with British standard BS: 3871 (Part I) 1965 and IS: 8825. The housing of MCBs shall be heat resistant and having a high impact strength. The fault current of MCBs shall not be less than 9000 A at 230 V. The MCBs shall be flush mounted and shall be provided with trip free manual operating mechanism with mechanical `ON’ and `OFF’ indications.

4.17.2

The circuit breaker dollies shall be of the trip free pattern to prevent closing the breaker on a faulty circuit.

4.17.3

The MCB contacts shall be silver nickel and silver graphite alloy and tip coated with silver. Proper arc chutes shall be provided to quench the arc immediately. MCBs shall be provided with magnetic fluid plunger release for over current and short circuit protection. The overload or short circuit device shall have a common trip bar in the case of DP and TPN miniature circuit breakers. All the MCBs shall be tested and certified as per Indian Standards, prior to installation.

4.18 4.18.1

4.19

HVAC WORKS

FUSE: Fuses shall be of high rupturing capacity (HRC) fuse links and shall be in accordance with IS: 2000-1962 and having high rupturing capacity of not less than 35 MVA at 415 V. The back-up fuse rating for each motor/equipment shall be so chosen that the fuse does not operate on starting of motors/equipment. HRC fuses shall be of the make as specified in Make of Material. AIR CIRCUIT BREAKER:

LT Panel – Electrical Part

8

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

4.19.1

Construction: The ACBs shall have following features: 1. Motorised with 230 V A.C. motor. 2. 230 V A.C closing and shunt trip coil 3. Draw out type with "service", "test", "isolated" and "maintenance" position. 4. Safety shutter of Fibre glass/polycarbonate sheet of 2mm thickness shall be provided 5. Mechanically trip free plus anti-pumping feature is to be provided. 6. Electrical trip free plus anti pumping shall be provided with relay ONLY and not by contactors. 7. Electrical/Mechanical operation counter shall be provided. 8. Door interlock with defeat features to be provided. 9. ACB shall be lockable in isolation position.

4.19.2

Release: 1. Thermal Magnetic release shall be direct acting type, tripping ACB mechanically. 2. Short circuit, overload and earth fault protection shall be provided. 3. Vendor to suggest release type for feeders of supply range characteristic and accuracy.

4.19.3

ACB Performance: 1. ACB performance inside panels at ambient 50 Degree. 2. Ith Symmetrical breaking, 35KA 3. Making capacity peak 87.5 KA 4. Short time rating, 1sec. 35KA

4.20 4.20.1

CONTACTORS: The contractors shall meet with the requirements of IS: 2959 and BS: 775. The contractors shall have minimum making and breaking capacity in accordance with utilisation category AC3 and shall be suitable for minimum Class II intermittent duty. If the contractor forms part of a distribution board then a separate enclosure is not required, but the installation of the contractor shall be such that it is not possible to make an accidental contact with live parts.

4.21 4.21.1

4.22 4.22.1

4.23 4.23.1

CURRENT TRANSFORMER: Where ammeters are called for C.T.s shall be provided for current measuring. Each phase shall be provided with separate current transformer of accuracy Class I and suitable VA burden for operation of associated metering and controls. Current transformer shall be in accordance with IS: 2705 - 1964 as amended upto date. PUSH BUTTONS: The push button unit shall comprise of the contact element, a fixing holder, and a push button actuator. The push button shall be momentary contact type. The contacts shall be of silver alloy and rated at 10 Amps. continuous current rating. The actuator shall of standard type and colour as per its usage for ON, OFF and TRIP. INDICATING LAMPS: Indicating lamps shall be transformer operated low voltage rated and shall be supplied complete with translucent covers to diffuse the lamp light. Colour shade for the indicating lamps shall be as below – the LED shall be 22.5 mm

HVAC WORKS

LT Panel – Electrical Part

9

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

and self coloured:

4.24 4.24.1 4.25 4.25.1

ON indicating lamp

:

Red

OFF indicating lamp

:

Green

TRIP indicating lamp

:

Amber

PHASE indicating lamp :

Red, Yellow, and Blue

DIGITAL MULTI FUNCTION METER The load manager shall be digital type with RS485 port. It should measure KW, KVA, KVAR, V, I, PF etc. MOULDED CASE CIRCUIT BREAKER: The moulded case circuit breaker (MCCB) shall be air break type and having quick make - quick break with trip free operating mechanism. Housing of the MCCB shall be of heat resistant and flame retardant insulating material. Operating handle of the MCCB shall be in front and clearly indicate ON/OFF/TRIP positions. The electrical contact of the circuit breaker shall be of high conducting non deteriorating silver alloy contacts. The MCCB shall be provided with thermal / magnetic type bi-metal overload release and electro magnetic short circuit protection device. All the releases shall operate on common trip busbar so that in case of operation of any one of the releases in any of the three phases, it will cut off all the three phases and thereby single phasing of the system is avoided. The MCCB wherever called for in the appended drawings shall provide an earth fault relay. The MCCB shall provide two sets of extra auxiliary contacts with connections for additional controls at future date. The electrical parameters of the MCCB shall be as per the description given in the appended drawings. The MCCB shall be provided with 230 V A.C motor for closing and tripping / switching off for the feeders if indicated in single line diagram.

5.0

DRAWING & INFORMATION 5.1

6.0

Prior to fabrication of the Panels the supplier/contractor shall submit for consultant’s approval the shop/vendor drawing consisting of G.A. drawing, sectional elevation, single line diagram, bill of material etc. and design calculations indicating type, size, short circuiting rating of all the electrical components used, busbar size, internal wiring size, Panels dimension, colour, mounting details etc.. The contractor shall submit manufacturer’s catalogues of the electrical components installed in the Panels. INSPECTION & TESTING

6.1

At all reasonable times during production and prior to transport of the Panels to site, the supplier/contractor shall arrange and provide all the facilities at their plant for inspection.

6.2

Testing of Panels shall be carried out at factory and at site as specified in Indian

HVAC WORKS

LT Panel – Electrical Part

10

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

standards in the presence of consultant. The test results shall be recorded on a prescribed form. The test certificate for the test carried out at factory and at site shall be submitted in duplicate to the consultant for approvals. 7.0

METHOD OF MEASUREMENT 7.1

8.0

All the items will be measured as mentioned in Bill of quantity. TRANSPORT, DELIVERY & STORAGE

8.1

9.0

The prices shall be F.O.R. site basis including packing & forwarding charges. The quoted price must include all the costs for necessary mode of transportation up to the final location of site or site store. All incidental expenses during transportation shall be part of quoted prices including transit insurance. The charges for loading and unloading of equipments at site should form part of offer. GUARANTEE & WARRENTY

9.1

10.0

The Bidder shall stand guarantee for the performance of entire equipment and components for twelve (12) months from the date of commissioning or eighteen (18) months from the date of dispatch, whichever is earlier. SPARES

10.1 11.0

The bidder shall quote for minimum spares required for two years safe operation of transformer along with the offer separately. ATTACHMENTS

11.1

HVAC WORKS



Data Sheet

LT Panel – Electrical Part

11

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

TECHNICAL DATA SHEET FOR MEDIUM VOLTAGE DISTRIBUTION BOARD SR. NO.

PARTICULARS

DESCRIPTION

1.0

Site Condition

1.1

Type

Indoor/Outdoor

1.2 1.3 1.4

Mounting Ambient Temperature Atmosphere

50° C. Corrosive, Humid & Dusty

2.0

OPERATIVE CONDITION

2.1 2.2 2.3 2.4 2.5 2.6

Voltage No. Of Phase System Frequency Fault Level Fault Current

3.0

CONTROL SYSTEM

3.1

Voltage For Indication

230 V A.C.

For Metering For Protection Control Supply Through Control Transformer Control Wiring

230 V A.C. 230 V A.C. 230 V A.C. only 2.5 MM² FRLS Cu. Wire

3.2

415 V ± 10 % 3 3 Ø , 4 WIRE 50 HZ, + 3 % / - 6 %. 18 MVA As per SLD

4.0 MM² FRLS cu. Wise for CT ckt. 4.0

BUSBAR

4.1 A. B. C.

Phase Bus bar Material Support Insulation

D.

Insulating Barriers

E.

Current Density

4.2

Neutral Bus bar Material Earth Bus bar Material

4.3

Aluminium SMC/DMC Epoxy Moulded ( Resin ) Fibre Glass / Poly Carbonate Of Minimum 1.5 Mm Thick And To Be Of Fr4 Class 1.0 Amp. / mm² Aluminium GI

5.0

Source changeover System

6.0

PAINTING

6.1

Sheet Should Be 7 Tank Processed, Oven Baked At 310°C. With Powder coating. Type Of Primer Type Of Paint

6.2 6.3 6.4

Shade

HVAC WORKS

Not Required

EPOXY PRIMER PU

Exterior LT Panel – Electrical Part

12

PROJECT TITLE: LG HOSPITAL , MANINAGAT MEPF CONSULTANTS: SHETH TECHNO CONSULTANTS Pvt. Ltd., AHMEDABAD.

SR. NO.

PARTICULARS

DESCRIPTION

Interior Degree Of Protection

Shall be confirmed with client Shall be confirmed with client

6.5

Max. Temperature Rise Inside The Panel (°C.)

IP 51 35 ° C. above ambient

7.0

CONTROL WIRING

7.1

Wire Size

3 C × 4.0 mm² as specified 3 C × 2.5 mm² / 3 C × 1.5 mm²/4 C x 1.5 mm²

8.0

HARDWARE ( ZINC PLATED )

YES

9.0

SPACE HEATER

230 V A.C. With thermostat control

10.0

POCKET FOR DRAWINGS AT DOOR

YES

11.0

Illumination and switched power plug

YES

Signature of Tenderer :

Additional Chief Engineer (Electrical)

Name

:

Company’s seal

:

Date

:

HVAC WORKS

Ahmedabad Municipal Corporation

Date

:

LT Panel – Electrical Part

13

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : LIST OF APPROVED MAKES TECHNICAL DATA SHEET - HVAC SR.

DETAILS OF MATERIAL / EQUIPMENT

APPROVED MANUFACTURERS NAME DAIKIN MCQUAY / CARRIER / TRANE / YORK / HITACHI / CIAT / BLUESTAR / VOLTAS

1

WATER COOLED SCREW CHILLER

2

DX DUCTABLE SPLIT AC / WALL MOUNT DAIKIN / CARRIER / TRANE / YORK / HITACHI / BLUE SPLIT AC / VRF SYSTEM STAR / VOLTAS /

3

COOLING TOWER

4

PUMP SETS and Variable Speed Pumping System (VSPS) along with VFD , Pump ARMSTRONG / ITT B&G / WILO M & P Conroller , DP Sensor - transmitter

5

VFD for VSPS

DANFOSS / SCHNEIDER / SIEMENS

6

PUMP SETS ( PRIMARY/CONDENSATE )

ARMSTRONG / ITT B&G / WILO M & P

7

PIPINGS MS CLASS C

TATA / JINDAL / SURYA / PRAKASH/ASIAN/ZENITH

8

VALVES / STRAINERS

NATIONAL / ADVANCE / TECHNI / HIMGIRI / PAHARPUR / MARLE / BALTIMORE / FLOW TECH / BELL

8.1

BUTTERFLY VALVES

AUDCO / INTERVALVE / ADVANCE / KITS / SANT /

8.2

NRV

KIRLOSKAR / INTERVALVE / ADVANCE / ANERGY

8.3

WAFER TYPE DUAL PLATE CHECK VALVE

INTERVALVE / ADVANCE / SANT / KIRLOSKAR

8.4

AUTOMATIC BALANCING VALVES

DANFOSS / T &A / FLOWCON /

8.5

MANUAL BALANCING VALVES

ADVANCE / NAVTECH / SANT / DANFOSS / T & A / FLOW CON

8.6

PRESSURE INDEPENDENT BALANCING CUM CONTROL VALVE

DANFOSS / T & A

8.7

BALL VALVE

AUDCO / ANERGY / ZOLOTO / SANT

8.9

POT STRAINER

TRISHUL / EMERALD

8.10

Y STRAINER

TRISHUL / EMERALD / SANT

8.11

AUTO AIR PURGE VALVE

RAPID CONTROL / SANT

10

GROOVED PIPE CONNECTOR

VICTAULIC / SEVEN STAR

11

Valve / DAMPER Actuators

HONEY WEL / DANFOSS / SIEMENS / L&T

12

GI DUCTING

SAIL / NIPPON /TATA / JINDAL / NATIONAL

13

PRE INSULATED DUCTING

KINGSPAN / PAL / P 3 / NUTECH DUCTING

HVAC BAS TENDER

MAKES

1 OF 1

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : LIST OF APPROVED MAKES TECHNICAL DATA SHEET - HVAC SR.

DETAILS OF MATERIAL / EQUIPMENT

APPROVED MANUFACTURERS NAME

14

DOUBLE SKIN AHU

ZECO / AVIO / EDGETECH / CARYAIRE / ETHIOS

15

FIRE DAMPERS

CARRYAIRE / RAVISTAR / AIRTECH / COSMOS

16

GRILLES / DIFFUSERS / DAMPERS

CARRYAIRE / DYNACRAFT / RAVISTAR / COSMOS / MAHESHWARI

17

FIRE DAMPERS

CARRYAIRE / RAVISTAR / AIRTECH / COSMOS

18

LEMINAR FLOW UNIT

FLAKTSWOOD / AVIO / MAQUET

19

CENTRIFUGAL BACKWARD CURVE (ALTERNATE TUBE AXIAL FANS)

20

VIBRATION ISOLATION.

21

INSULATION MATERIAL

FANS

NIKORA / KRUGER / SYSTEM AIR / GREENHEC DUNLOP / CORI / BDK / RESISTOFLEX.

21.1

EXPANDED POLYSTYRENE

LLOYDS INSULATION / BEARDSELL. / COOLINE

21.2

EXTRUDED POLY STYRENE BOARD

OWENS CRONING / SUPREME INSUBOARD

21.3

FIBERGLASS

OWENS CRONING / TWIGA

21.4

CROSS LINKED POLYMER

PERAMOUNT / TROSSLIN / SUPREME

21.5

NYTRYLE RUBBER

ARAMACELL / K FLEX / ARMAFLEX / A FLEX

21.6

STARBOND CANVASS COATING

PARAMOUNT

22

EXPANSION TANK (PVC)

SINTEX / NATIONAL / ROTOMAC / KD AGENCIES

23

PRESSURIZED SEPARATOR

24

INSTRUMENTS &CONTROLS:

EXPANSION

TANK

/

DIAL TYPE TEMP. / PR. GAUGES

24.2

THERMOSTAT SWITCHES

24.3

T+RH (for AHU) / D-PR. TRANSMITTERS

24.4

TWO WAY CONTROL MODULATING ACUTATOR

24.5

DDC CONTROLLER FOR AHU

HVAC BAS TENDER

FLOW

&

BELL AND GOSSET / ANERGY

WARRIE / SWITZER / EMERALD / H GURU

24.1

/

AIR

PRESSURE

VALVE

HONYWELL / DANFOSS / JOHNSON CONTROL / STAEFA CONTROL / IRA / L & T/KELE / RAPID CONTROL / JUMO SBTDATS / SCHNEIDER TAC / ABB / HONEYWELL / SOUTER/KELE / TESTO

WITH SCHNEIDER TAC / SBT DATS / JOHNSON CONTROLS / DANFOSS / KELE SCHNEIDER TAC / ABB / DANFOSS / HONEYWEL / INFOCON / TRIDIUM / JOHNSON CONTROLS

MAKES

2 OF 2

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : LIST OF APPROVED MAKES TECHNICAL DATA SHEET - HVAC SR.

DETAILS OF MATERIAL / EQUIPMENT

APPROVED MANUFACTURERS NAME HONEYWELL / DANFOSS / JOHNSON CONTROL / ACTIS / SYSTEM SENSOR / SIEMENS/ KELE

24.6

SMOKE SENSOR

24.7

ROOM THERMOSTATE WITH TEMPRATURE INDICATION

24.8

DRAIN PIPE / PVC PIPE

FINOLEX / KISSAN / SUPREME

25

CABLES

FINOLEX / RR CABLE / POLYCAB/ ORA (ISI)

26

TUBE AXIAL FANS

SYSTEM AIR / FLAKT WOODS / GREENHEC / CRUGER

27

INLINE FANS / CENTRIFUGAL FANS

KRUGER / SYSTEM AIR / FLAKT WOODS / GREENHEC / CRUGER

28

PLC / DDC SENSORS

29

HEAT RECOVERY UNIT

DRIAIR / BRYAIR / NOVELAIR

30

BAS SYSTEM PROVIDER

SCHIDER / SIEMENS / L&T / HINEY WEL / JOHNSON CONTROLS / TRIDIUM - INFOCON

31

VAV BOX

TROX / CARYAIRE / ZECO / SEI-TAC / SBTDATS

32

SS LEVEL FLOW SWITCH

Forbes / E+H / Kele / MAHALAXMI

33

Insertion Flow meter

Forbes / E+H / Switzer / DYNASONIC / KELE / DYNAMETER

34

Ultrasonic level Tran

Toshbro / kele / Forbes / ABM CANEDA

35

Digital Energy Meters

Alacrity / Enercon / Convergis

36

Networking Switch

3 COM / Cisco / Nortel

37

Networking Ju,Box,pigtails

ADC-Krone / AMP / Molex

38

Networking Racks

HCL / WQ / ValRack / D Link

39

OT Clean Room Partitions

Maquet / Ajni / Clestra

40

JET FAN

SYSTEM AIR / FLAKTSWOOD / GREEN HECK / CRUGER

41

ELECTRICAL PANEL FABRICATOR

SWATI / INDUSTRIAL CONTROL / QUICK CONTROL / GAYATRI / JAGRUTI-JEPL

42

CT/PT METERING UNIT

INDIAN TRANSFORMERS / JMP

43

LT MCCB

SIEMENS / SCHNEIDER / L & T

HVAC BAS TENDER

CONTROLLERS

DEGITAL DANFOSS / HONEYWELL / JOHNSON CONTROL / KELE / SCHNEIDER / SIEMENS /

AND

CO

SIEMENS / TAC / HONEYWELL / MITSHUBISHI / ALLEN BRADLY / KELE / INFOCON / JOHNSON CONTROLS / TRIDIUM

MAKES

3 OF 3

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : LIST OF APPROVED MAKES TECHNICAL DATA SHEET - HVAC SR.

DETAILS OF MATERIAL / EQUIPMENT

APPROVED MANUFACTURERS NAME

44

LT MCB, ELCB & DB

SIEMENS / SCHNEIDER / L&T

45

LT SFU

SIEMENS / SCHNEIDER / L & T

46

LT CONTACTORS

SIEMENS / SCHNEIDER / L & T

47

BUSBAR SUPPORT

POWERMAT OR EQ.

48

CT

ASHMOR / HARSHAL/GILBERT

49

METERS (ANALOG)

AUTOMATIC ELECTRIC / ELMEASURE / TRINITY

50

METERS (DIGITAL)

AUTOMATIC ELECTRIC / ELMEASURE / TRINITY

51

INDICATING LAMPS

L & T / BINAY / RAAS

52

ELECTRIC TIMER

SIEMENS / EAPL

53

PUSH BUTTON AND PUSH BUTTON SET

SIEMENS / SCHNEIDER / L & T

54

SELECTOR SWITCH

KAYCEE / SALZER

55

LUGS

DOWELL'S / 3D / JAINSON / COMMET

56

CABLE GLAND

JAINSON / 3D / COMET / HMI (ISI MARKED)

57

CASING CAPING

PRECISION / DIAMOND

58

FLEXIBLE WIRE

FINOLEX / ORA (ISI)

Signature of Tenderer :

Additional Chief Engineer (Electrical):

Name : Company’s seal :

Ahmedabad Municipal Corporation:

Date :

Date:

HVAC BAS TENDER

MAKES

4 OF 4

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : WATER COOLED SCREW CHILLING MACHINES TECHNICAL DATA SHEET - HVAC

(Technical information to be furnished in following format by Bidder) SR. NO.

SPECIFICATION

1

Type

2 3

Manufacture / Model / Qty Refrigerant Refrigeration Capacity at leaving chilled water temp at 6.6 Deg C Actual (TR) at 32 Deg C Cooling water entering temprature Power consumption ( IKW) at leaving at Tender Design Condition &

4

5

6 7 7.1 7.2 7.2.1 7.2.2 7.2.3 7.2.4 8 8.1 8.2 8.3 8.4 8.5 8.6 8.7 9 10

DESCRIPTION

At Full Load 100% : 75 % Load : 50 % Load : 25 % Load : Part Load Value - NPLV Part Load Value - IPLV In case of multiple compressor the power consumption of each compressor shall be indicated at part loav in IKW/TR. Operating Parameters : (Refrigerant) Condensing Temp. (SDT) °C Evaporating Temp. (SST) °C COMPRESSOR                (i)     Type              (ii)     Make / Model No. Speed (Minimum / Operating / Maximum) RPM : Type of drive, bearing , coupling Capacity control : Range of Capacity control (% of full Load) Safety devices included : COMPRESSOR MOTOR : Type Manufacturer / Model No: KW / RPM : Electrical supply : Starter Type / manufacturer ( to be included in the Package) Class of Insulation : Current : Amp. Full Load Amp./ Rated Amp Locked Rotor Amp.: VIBRATION ISOLATION : EVAPORATOR : 1 of 7

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : WATER COOLED SCREW CHILLING MACHINES TECHNICAL DATA SHEET - HVAC

(Technical information to be furnished in following format by Bidder) SR. NO. 10.1 10.2 10.3 10.4 10.5 10.6 10.7 10.8 10.9 10.1 10.11 10.12 10.13 10.14 10.15 11 11.1 11.1.1 11.1.2 11.1.3 11.1.4 11.2 11.2.1 11.2.2 11.2.3 11.2.4 11.2.5 11.2.6 11.3 11.3.1 11.3.2 11.3.3 11.3.4 11.3.5 11.3.6 11.3.7 11.3.8 11.3.9

SPECIFICATION Type : Manufacturer/ make / model: Shell Material / Dia mm / Length mm : Tube Material / Gauge – wall thickness mm. Tube Dia. (OD) mm. / No. of tubes / Length mm. : Tube enhancement : Integral / external : No. of passes : Refrigerant Temp. (SST) °C : Water flow rate : LPM Water Temp.(Entering) °C (Provide detail for both 7°C temp. duty) : Water Temp. (Outlet / Leaving) °C : Fouling Factor in British unit. : Total capacity (TR) : Pressure drop in MWC : Safety devices and other accessories Flow Switch included : CONDENSER (WATER COOLED) GENERAL : Make Type Model No. Overall dimensions (mm) FAN : Fan Type Fan dia. (mm) No.of fans Fan speed (rpm) Design air quantity (cu.m./hr.) / (cfm) Motor KW for each fan CONDENSER COIL : Tube material Tube dia. (mm) Tube thickness (mm) Fin material No.of fins per cm. Coil face area (sq.m.) No.of rows Design water inlet temperature - DB (deg.c.) Design water outlet temperature - DB (deg.c.)

DESCRIPTION

NA NA NA NA NA NA NA

2 of 7

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : WATER COOLED SCREW CHILLING MACHINES TECHNICAL DATA SHEET - HVAC

(Technical information to be furnished in following format by Bidder) SR. NO. 11.3.10 11.3.11 11.3.12 11.3.13 11.3.14 11.4 11.4.1 11.4.2 11.4.3 11.4.4 11.4.5 11.4.6 11.4.7 11.4.8 11.4.9 11.4.10 11.4.11 11.4.12 12 12.1 12.2 12.3 12.4 12.5 12.6 13.1 13.2

SPECIFICATION

DESCRIPTION

Operating Condensing temperature at peak conditions (deg.c.) Degree of subcoolng (deg.c.) Velocity of water across coil (m/s) Receiver capacity (kg of refrigerant) Design heat rejection capacity (TR) ELECTRIC MOTOR FOR CONDENSER FAN : Make Type Method of starting Rated output (HP) Range of working voltage (volts) Rated frequency (Hz) Rated speed (rpm) Full load current (Amps.) Class of insulation Efficiency and power factor at full load Type of vibration isolation for condenser fan and motor OTHER DETAILS : Qty of Refrigerant and oil per chiller package (Initial charge) Overall dimensions ( Lx W x H) mm. Overall Weight : kG : Shipping : Operating (Max.) Noise level in dba (at 1.0 m) Type of Acoustic treatment Type of Vibration isolation provided (overall) Confirmed regarding compatibility with BMS, RS 485 port required. Hot water recovery Max GPM at Max Temprature Chiller COP during Hot water recovery process

3 of 7

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : TECHNICAL DATA SHEET FOR PUMP SETS TECHNICAL DATA SHEET - HVAC

(Technical information to be furnished in following format by Bidder) SR. NO. 1 Type

SPECIFICATION

DESCRIPTION

2 3 3.1 3.2 3.3 4 5 6 7 8 9 10 11 12 13 13.1 13.2 13.3 13.4 13.5 13.6 14

Make/Model /Qty. Material of construction Casing Impeller Shaft Impeller dia. mm. Capacity (m3 /hr. / LPM ) Head, MWC. Max. flow / Shutoff head MWC for selected Impeller dia. Power consumption BKW at design point. Max. BKW for any combination of flow and head. Pump efficiency. % at design point Suction x Discharge size, mm. Type of water sealing Pump Motor* (with over loading consideration) Type/Make / model HP Speed RPM & efficiency Power supply required. Type of starter Class of insulation. Others : Overall Dimensions mm 14.1 Operating weight 14.2 Foundation Details 14.3 Vibration Isolation. Bidder to enclose Variable speed pumping system details in terms of Controller data sheet and VFD data sheet

4 of 7

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : TECHNICAL DATA SHEET FOR DOUBLE SKIN AHU TECHNICAL DATA SHEET - HVAC

(Technical information to be furnished in following format by Bidder) SR. NO.

SPECIFICATION

1

GENERAL

1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.1 1.11 1.12

Manufacturer Overall dimensions Operating weight (including water circulation) Material thickness of outer casing (G.) Material thickness of inner casing (G.) Material / finish of outer casing Material / finish of inner casing Insulation material for casing Insulation thickness ( MM ) Material thickness of drain pan Insulation material of drain pan Thickness of drain pan insulation Fan section Cooling coil section Filter Material of structural member FAN Maximum air discharge capacity (cfm) Maximum static pressure (m.m.w.g.) Maximum fan speed (rpm) Fan diameter (m.m.) No. of fans Balance (static and/or dynamic) IKW at full load. Motor H.P. FAN MOTOR Make Type Method of starting Rated output (HP) Range of working voltage (volts) Rated frequency (Hz) Rated speed (rpm) Full load current (Amps.) Starting current (Amps.) Class of insulation Efficiency and power factor at full load

1.13 1.14 2 2.1 2.2 2.3 2.4 2.5 2.6 2.7 2.8 3 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 3.1 3.11

DESCRIPTION

5 of 7

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : TECHNICAL DATA SHEET FOR DOUBLE SKIN AHU TECHNICAL DATA SHEET - HVAC

(Technical information to be furnished in following format by Bidder) SR. NO. 3.12 4 4.1 4.2 4.3 4.4 4.5 4.6 4.7 4.8 4.9 4.1 4.11 4.12 4.13 4.14 4.15 4.16 4.17 4.18 4.19 4.2 4.21 5 5.1 5.2 5.3 5.4 5.5 5.6 5.7

SPECIFICATION

DESCRIPTION

Type of vibration isolation for fan & motor COOLING COIL : Tube material Tube diameter (mm) Tube thickness (mm) Fin material No. of fins per cm. Coil face area (sq.m.) No. of rows Design ADP (deg.c.) Design water circulation through coil (lpm) Design water velocity through coil (m/s) Design water pressure drop (m.w.g.) Design water inlet temperature (deg.c.) Design water outlet temperature (deg.c.) Design air inlet temperature - DB (deg.c.) Design air outlet temperature - DB (deg.c.) Design air inlet temperature - WB (deg.c.) Design air outlet temperature – WB (deg.c.) Air velocity across coil (m/s) Design heat absorbing capacity (TR) Air velocity across coil (m/s) Design heat absorbing capacity (TR) FILTERS Make and type Material of filter medium Size of filter including frame (mm×mm×mm) Effective filter area (sq.m.) Velocity through filter (m/s) Pressure drop through clean filter (m.m.w.g.) Efficiency

6 of 7

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT

: SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD

DOCUMENT : TECHNICAL DATA SHEET FOR VENTILATION SYSTEM

TECHNICAL DATA SHEET - HVAC Bidder to enclose technical performance / data sheets and brochures for all equipment / devices offered by them for the ventilation system. In addition, Following sheet to be filled up for all areas covered under Car Park Ventilation typical format for each area covered under the scope of this tender. SYSTEM FOR CARPARK TYPE OF MODE

AREA / VOLUME

AIR CHANGES CONSIDERED

ACTUAL CFM

FRESH AIR FANS CFM / STATIC / QTY

EXHAUST FANS MODEL

CFM /

QTY

MODEL

Normal Mode Emergency Mode Submittals shall include the following: 1. Axial and Inline drawing indicating dimensions 2. Power and control wiring diagrams whichever is applicable HEAD MANUFACTURER TYPE CAPACITY (M3 / H) MODEL CASING MATERIAL POWER INPUT (KW) FANS SPEED (RPM) SOUND Pressure Level db APROX WEIGHT (Kg) TEMP. RATING TYPE OF DRIVE Electrical requirement Accessories

AXIAL FAN

INLINE FAN

REMARK

Hot Dipped Galvanized Steel

< 69 300 DEG C FOR 2 Hrs Direct Drive 415 V / 50HZ / 3Ph Silencers, protection guards, mounting

7 of 7

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. DOCUMENT : EXECUTIVE SUMMARY COOLING LOAD COLLEGE AREA

Nil

COOLING LOAD HOSPITAL AREA

377 TR

TOTAL COOLING LOAD

377 TR

ROOM DESIGN CONDITION

24 +/-2 Deg C ; 55% RH ( Not controlled ) - For all Comfort Areas 21 +/-2 Deg C ; 55%+/-5 RH ( controlled ) - For all OT Areas 18 +2 Deg C ; 55% RH ( Not controlled ) - For CT & MRI

SYSTEM PROPOSED FOR LOWER FLOORS GR + 8 SYSTEM CONNECTED ELE LOAD

SPACE REQUIREMENT

120 TR CONVENTIONAL AIR COOLED DX SPLIT AIR CONDITIONING SYSTEM REFER ANNEXURE II ALL THE INDOOR UNIT IS PROPOSED TO BE INSTALLED IN THE FALSE CEILING / WALL MOUNT ALL THE OUT DOOR UNITS ARE PROPOSED EITHER ON 2ND FLOOR OPEN ROOF AREA OR SERVICE SHAFT OR SERVICE PLAT FORM AT CERTAIN LOCATIONS

CT & MRI SYSTEM

TO BE AIR CONDITIONED BY RADIOLOGY EQUIPMENT VENDOR

SYSTEM PROPOSED FOR LOWER FLOORS 8TH / 9TH AND 10TH FLOOR

SPECIALITY ROOMS + ICUS + OTS + STERILE CORRIDOR

SYSTEM

WATER COOLED SCREW CHILLER - 160 TR ( 2 WORKING ) - Refer Plant Room Equipment Schedule 311 KW AT ROOF FOR CHW PLANT ROOM

CONNECTED ELE LOAD

156 KW FOR AHU DIFFERED FOR AHU ( MAJORLY ON ROOF ONLY FOR OT AND ICU AHUS ) TOTAL 467 KW AS PER NBC - 15 ACHPH NORMAL MODE AND 30 ACHPH ON FIRE MODE

PROPOSED DUCTLESS IMPULSE VENTILATION SYSTEM HAVING LOWEST POWER CONSUMPTION ( COMBINATION OF JET VENTILATION FANS AND TUBE AXUAL EXHAUST FANS ) PROPOSED UNDERDECK INSULATION HAVING U VALUE OF 0.12 UNDER DECK INSULATION BTU/HR./DEG C FOR EXPOSED ROOF ENERGY SAVING TECHNIQUES IMPLEMENTED IN DESIGN i.    OT AHUs proposed with Variable Speed Driven AHU Fan Motor ii.    OT Heaters proposed with Power Controller (Heater Modulation) iii.    All CHW AHUs proposed Auto-dynamic Pressure independent Balancing Valve iv.   Variable speed secondary pumping as explained in preceding sections. v. CHW Plant room equipment on BMS Control for energy optimization vi. Energy Recovery Unit for each OT and ICUs fresh air and exhaust OT PARTITION OT Partition work shall be carried out by HVAC Contractor PLANT ROOM FABRICATED ROOF STRUCTURE Design / Engineering / Fabrication of Plant Room Fabricated Roof Structure shall be in the scope of HVAC Contractor CIVIL BREAKING AND MAKING WORK All civil work pertaining to HVAC Work shall be carried out by HVAC Contractor Signature of Tenderer : Additional Chief Engineer (Electrical): Name : Company’s seal : Ahmedabad Municipal Corporation: Date : Date: BASEMENT CAR PARK VENTILATION

HVAC TENDER

Executive Summary

1 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. DOCUMENT : ANNXURE - I BASIS OF DESIGN DESIGN DATA

DB ( Deg F)

WB( Deg F)

% RH

GR/LB

OUT SIDE SUMMER

110

78

24

100

OUT SIDE WINTER

50

43

58

30

OUT SIDE MONSOON

90

83

82

170

ROOM SUMMER

75

64

55

71

ROOM WINTER

NO CONTROL HEATING EXCEPT OT

ROOM MONSOON

NO RH CONTROL EXCEPT OT

DIFFERENCE SUMMER

35

DESIGN ROOM CONDITION FOR OT SHALL BE 21 DEG C DBT AND 55 % RH CONTROLED

29

CITY

AHMEDABAD

LATITUDE & ALTITUDE

LAT-23.02 o DEG NORTH ; ALTITUDE -55 MTR

APPLICATION

HOSPITAL AND MEDICAL COLLEGE

OCCUPANCY

AS PER LOAD CHART

FRESH AIR

5 CFM PER PERSON + 0.06 CFM/SQ.FT. , REFER LOAD SUMMARY FOR AREA WISE FRESH AIR INTAKE STRIGENT AS PER STRINGENT OF ASHRAE STANDERED 62.1.2004 - VENTILATION RATE

EXPOSED GLASS

WITH VENATION BLINDS / DARK LAMINATED FILM - SHGF - 0.56

EXPOSED WALL

WITH U VALUE 0.36 BTU/HR/SQ.FT/DEG F.

EXPOSED SLAB

PROPOSED WITH UNDER DECK INSULATION HAVING U VALUE OF 0.12 BTU/HR./DEG C

LIGHTING

1.5 W / SQ.FT. ( FOR HVAC LOAD CALCULATION ONLY )

ELE. QUIPMENT

1 W / SQ.FT. ( FOR HVAC LOAD CALCULATION ONLY ) / FOR OT AND RADIOLOGY PLEASE REFER LOAD SUMMARY

DIVERSITY

75 % to 80% FOR CHILLER SELECTION

PARTITION

FOR ROOMS SIDE WALLS ARE CONSIDERED NON AC PARTITION WALL TOILET WALLS ARE CONSIDERED NON AC PARTITION WALL

PRESSURE ZONE

REFER HVAC LOAD SUMMARY SHEET ANNEXURE - II

FLOOR / CEILING

FOR ROOMS FLOOR AND CEILING LOAD TAKEN AS 50% OF THE FLOOR AND CEILING AREA IF FLOOR ABOVE AND BELOW ARE AIRCONDITIONED.

BASEMENT CAR PARKING

_HVAC TENDER

FORCED VENTILATION & EXHAUST

Annexure - I Basis of Design

2 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE II - HVAC LOAD SUMMARY AND EQUIPMENT PROPOSAL ROOM DESIGN CONDITION SR

FLOOR

BLOCK

AREA NAME

DBT DEG C

RH %

PRESS. WRT ADJACENT AREA

SITE INPUT AREA SQ.FT.

HEIGHT FT.

SQ.FT.

FT.

LIGHTIN G

EQPT

W/SQ.FT W/SQ.FT

OCCUPA NCY

SELECTED FRESH AIR CFM

HVAC COOLING D.HUM

SYSTEM - DX UNIT / CHW AHU

CAP. SYSTEM

CFM

CFM

TYPE

CATEGORY

CFM

TR

QTY

TR

TOTAL TR

TOTAL CFM

KW / UNIT

MONSOON TOTAL KW FILTERE COIL DEPT REHEAT FOR AHU BEDS# (ROWS) (KW/BANK) FCU - DX UNIT *(BANKS)

1

GROUND HOSPITAL SONOGRAPHY

24 +/- 2

55% (NC)

E

161

12.464

1

3

5

38

574

1.4 DX UNIT

1.5 TR HI WALL SPLIT AC UNIT

COMFORT

450

1.5

1

1.5

450

1.95

1.95

1

3

2

GROUND HOSPITAL EMERGENCY WARD

24 +/- 2

55% (NC)

P

1539

12.464

1

0.5

31

231

3498

7.5 DX UNIT

5.5 TR DUCTABLE SPLIT AC UNIT

COMFORT

2200

5.5

2

11.0

4400

7.15

14.3

1

4

3

GROUND HOSPITAL RESUSCITATION

24 +/- 2

55% (NC)

N

936

12.464

1

0.5

19

140

2615

5.4 DX UNIT

5.5 TR DUCTABLE SPLIT AC UNIT

COMFORT

2200

5.5

1

5.5

2200

7.15

7.15

1

4

4

GROUND HOSPITAL DOCTOR'S ROOM

24 +/- 2

55% (NC)

E

307

12.464

1

0.5

6

46

1004

2.0 DX UNIT

2 TR HIGH WALL SPLIT AC UNIT

COMFORT

2

1

2.0

750

2.6

2.6

1

3

5

RECOVERY ROOM GROUND HOSPITAL TO BE DESIGNED AS OT

21 +/- 2 50+/-5% ©

P

402

12.5

1.0

10.0

7

500

3308

7.1 DX + AHU

10 TR / 3500 CFM AHU

OT DX

11.0

1

11.0

3500

19.8

19.8

1

6

6

GROUND HOSPITAL ANESTHESIA

24 +/- 2

N

366

12.5

1.0

0.5

7

53

1855

2.5 DX UNIT

2 TR HIGH WALL SPLIT AC UNIT

COMFORT

2

2

4.0

1500

2.6

5.2

1

3

7

GROUND HOSPITAL MINOR OT

21 +/- 2 50+/-5% ©

P

463

12.5

1.0

10.0

7

500

3308

7.1 DX + AHU

10 TR / 3500 CFM AHU

OT DX

3500

11.0

1

11.0

3500

19.8

19.8

1

6

8

GROUND HOSPITAL ICU - 4 BED

21 +/- 2

55% (NC)

P

829

12.5

1.0

3.0

20

150

4500

6.3 DX + AHU

8.5 TR DUCTABLE SPLIT AC UNIT

COMFORT

3500

8.5

1

8.5

3500

12

12

1

4

9

EIGHT

HOSPITAL SPECIAL ROOM-1

24 +/- 2

55% (NC)

E

273

12.464

1

0.5

5

41

891

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

10 EIGHT

HOSPITAL SPECIAL ROOM-2

24 +/- 2

55% (NC)

E

344

12.464

1

0.5

7

52

1104

2.2 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

11 EIGHT

HOSPITAL SPECIAL ROOM-3

24 +/- 2

55% (NC)

E

296

12.464

1

0.5

6

44

913

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

12 EIGHT

HOSPITAL SPECIAL ROOM-4

24 +/- 2

55% (NC)

E

296

12.464

1

0.5

6

44

913

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

13 EIGHT

HOSPITAL SPECIAL ROOM-5

24 +/- 2

55% (NC)

E

280

12.464

1

0.5

6

42

943

1.9 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

14 EIGHT

HOSPITAL SPECIAL ROOM-6

24 +/- 2

55% (NC)

E

280

12.464

1

0.5

6

42

848

1.7 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

15 EIGHT

HOSPITAL SPECIAL ROOM-7

24 +/- 2

55% (NC)

E

280

12.464

1

0.5

6

42

888

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

16 EIGHT

HOSPITAL SPECIAL ROOM-8

24 +/- 2

55% (NC)

E

296

12.464

1

0.5

6

44

857

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

17 EIGHT

HOSPITAL SPECIAL ROOM-9

24 +/- 2

55% (NC)

E

344

12.464

1

0.5

7

52

995

2.0 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

18 EIGHT

HOSPITAL SPECIAL ROOM-10

24 +/- 2

55% (NC)

E

344

12.464

1

0.5

7

52

1057

2.1 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

19 EIGHT

HOSPITAL SPECIAL ROOM-11

24 +/- 2

55% (NC)

E

296

12.464

1

0.5

6

44

913

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

20 EIGHT

HOSPITAL SPECIAL ROOM-12

24 +/- 2

55% (NC)

E

280

12.464

1

0.5

6

42

943

1.9 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

21 EIGHT

HOSPITAL SPECIAL ROOM-13

24 +/- 2

55% ((NC))

E

280

12.464

1

0.5

6

42

848

1.7 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

22 EIGHT

HOSPITAL SPECIAL ROOM-14

24 +/- 2

55% (NC)

E

280

12.464

1

0.5

6

42

848

1.7 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

23 EIGHT

HOSPITAL SPECIAL ROOM-15

24 +/- 2

55% (NC)

E

280

12.464

1

0.5

6

42

888

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

24 EIGHT

HOSPITAL SPECIAL ROOM-16

24 +/- 2

55% (NC)

E

296

12.464

1

0.5

6

44

857

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

25 EIGHT

HOSPITAL SPECIAL ROOM-17

24 +/- 2

55% (NC)

E

344

12.464

1

0.5

7

52

995

2.0 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

26 EIGHT

HOSPITAL DELUXE ROOM-1

24 +/- 2

55% (NC)

E

379

12.464

1

0.5

8

57

1161

2.3 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

4

27 EIGHT

HOSPITAL V VIP SUITE

24 +/- 2

55% (NC)

E

533

12.464

1

0.5

11

80

1636

3.3 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

4

28 EIGHT

HOSPITAL SUPER DELUXE

24 +/- 2

55% (NC)

E

649

12.464

1

0.5

13

97

1790

3.7 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

4

29 EIGHT

HOSPITAL DELUXE ROOM-2

24 +/- 2

55% (NC)

E

379

12.464

1

0.5

8

57

1111

2.3 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

4

30 EIGHT

HOSPITAL SPECIAL ROOM-18

24 +/- 2

55% (NC)

E

312

12.464

1

0.5

6

47

900

1.8 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

31 EIGHT

HOSPITAL SPECIAL ROOM-19

24 +/- 2

55% (NC)

E

322

12.464

1

0.5

6

48

988

2.0 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

HVAC TENDER

55% (NC)

Annexure - II HVAC Load Summary

750 3500 750

2 KW X 3

2 KW X 3

3 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE II - HVAC LOAD SUMMARY AND EQUIPMENT PROPOSAL ROOM DESIGN CONDITION SR

FLOOR

BLOCK

AREA NAME

DBT DEG C

RH %

PRESS. WRT ADJACENT AREA

SITE INPUT AREA SQ.FT.

HEIGHT FT.

SQ.FT.

FT.

LIGHTIN G

EQPT

W/SQ.FT W/SQ.FT

OCCUPA NCY

SELECTED FRESH AIR CFM

HVAC COOLING D.HUM

SYSTEM - DX UNIT / CHW AHU

CAP. SYSTEM

CFM

CFM

TYPE

CATEGORY

CFM

TR

QTY

TR

TOTAL TR

TOTAL CFM

MONSOON TOTAL KW FILTERE COIL DEPT REHEAT FOR AHU BEDS# (ROWS) (KW/BANK) FCU - DX UNIT *(BANKS)

KW / UNIT

32 EIGHT

HOSPITAL SPECIAL ROOM-20

24 +/- 2

55% (NC)

E

320

12.464

1

0.5

6

48

1071

2.1 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

33 EIGHT

HOSPITAL SPECIAL ROOM-21

24 +/- 2

55% (NC)

E

320

12.464

1

0.5

6

48

1018

2.0 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

34 EIGHT

HOSPITAL SPECIAL ROOM-22

24 +/- 2

55% (NC)

E

322

12.464

1

0.5

6

48

935

1.9 DX UNIT

HI WALL SPLIT AC UNITS

COMFORT

2.5

35 NINETH

HOSPITAL

POST OPERATIVE

24 +/- 2

55% (NC)

P

3088

12.464

1

0.5

62

463

6795

14.6 CHW

CHW AHU 1 - LOFT TYPE

COMFORT

6800

15.0

1

15.0

6800

5.5

5.5

1

6

36 NINETH

HOSPITAL

DIALYSIS ROOM

24 +/- 2

55% (NC)

P

2475

12.464

1

0.5

49

371

5051

11.0 CHW

CHW AHU 2 - LOFT TYPE

COMFORT

5050

11.0

1

11.0

5050

3.5

3.5

1

6

24 +/- 2

55% (NC)

(-) W.R.T EYE OT_STERILE CORRIDOR

2112

12.464

1

0.5

42

317

5230

10.5 CHW

CHW AHU - 6 - LOFT TYPE

STERILE

5300

11.0

1

11.0

5300

5.5

5.5

2

6

2 KW X 3

37 TENTH

HOSPITAL OT LOBBY - 1

38 TENTH

HOSPITAL

24 +/- 2

55% (NC)

(-) W.R.T OT_STERILE CORRIDOR

1786

12.464

1

0.5

36

268

4119

8.8 CHW

CHW AHU - 7 - LOFT TYPE

STERILE

4200

9.0

1

9.0

4200

5.5

5.5

2

6

39 TENTH

HOSPITAL SURGICAL OT LOBBY 24 +/- 2

55% (NC)

(-) W.R.T OT_STERILE CORRIDOR

1237

12.464

1

0.5

25

186

2327

5.2 CHW

CHW AHU - 8 - LOFT TYPE

STERILE

2500

5.5

1

5.5

2500

3.5

3.5

2

6

40 TENTH

HOSPITAL

55% (NC)

E

907

12.464

1

0.5

18

136

2233

4.7 DX UNIT

5.5 TR DUCTABLE SPLIT AC UNIT

COMFORT

2200

5.5

1

5.5

2200

6

6

1

4

41 TENTH

HOSPITAL OPTHALMOLOGY OT 21+/- 1 50+/-5% ©

P

613

12.5

1.0

10.0

7

700

3426

9.7 CHW

CHW AHU-12 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

42 TENTH

HOSPITAL ENT OT

21+/- 1 50+/-5% ©

P

669

12.5

1.0

10.0

7

700

4200

9.7 CHW

CHW AHU-13 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

43 TENTH

HOSPITAL THROUGH F1 FILTER

21+/- 1 50+/-5% ©

POSITIVE TO EQUAL

533

12.5

1.0

10.0

7

700

2976

9.7 CHW

CHW AHU-14 - ROOF TOP OT AHU

100% TFA OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

44 TENTH

HOSPITAL ANESTHESIA

24 +/- 2

N

906

12.5

1.0

0.5

7

53

2807

5.4 CHW

CHW AHU-15 - ROOF TOP AHU

COMFORT

2800

5.5

1

5.5

2800

3.5

3.5

1

6

45 TENTH

HOSPITAL ORTHO OT-1

21 +/- 2 50+/-5% ©

P

613

12.5

1.0

10.0

7

700

3550

9.7 CHW

CHW AHU-16 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

46 TENTH

HOSPITAL ORTHO OT-2

21 +/- 2 50+/-5% ©

P

670

12.5

1.0

10.0

7

700

3719

9.7 CHW

CHW AHU-17 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

47 TENTH

HOSPITAL ORTHO OT-3

21 +/- 2 50+/-5% ©

P

585

12.5

1.0

10.0

7

700

3337

9.7 CHW

CHW AHU-18 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

48 TENTH

HOSPITAL ANESTHESIA

24 +/- 2

N

861

12.5

1.0

0.5

7

53

2689

5.4 CHW

CHW AHU-19 - ROOF TOP AHU

COMFORT

2800

5.5

1

5.5

2800

3.5

3.5

1

6

49 TENTH

HOSPITAL SURGICAL OT - 1

21 +/- 2 50+/-5% ©

P

538

12.5

1.0

10.0

7

600

3266

9.7 CHW

CHW AHU-20 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

50 TENTH

C.S.S.D. ROOM-1 HOSPITAL TO BE COVERTED IN AS OT

24 +/- 2

P

586

12.5

1.0

10.0

7

600

3266

9.7 CHW

CHW AHU-21 - ROOF TOP AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

51 TENTH

HOSPITAL SURGICAL OT - 2

21 +/- 2 50+/-5% ©

P

516

12.5

1.0

10.0

7

600

3253

9.7 CHW

CHW AHU-21 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

52 TENTH

HOSPITAL RECOVERY ROOM

24 +/- 2

N

615

12.5

1.0

0.5

7

53

2138

3.8 CHW

CHW AHU-22 - ROOF TOP AHU

COMFORT

2200

4.0

1

4.0

2200

2.5

2.5

1

6

53 TENTH

HOSPITAL SURGICAL OT - 3

21 +/- 2 50+/-5% ©

P

624

12.5

1.0

10.0

7

700

3651

9.7 CHW

CHW AHU-23 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

54 TENTH

C.S.S.D. ROOM-2 HOSPITAL TO BE CONVERTED IN AS OT

24 +/- 2

P

639

12.5

1.0

10.0

7

600

3266

9.7 CHW

CHW AHU-24 - ROOF TOP AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

55 TENTH

HOSPITAL SURGICAL OT - 4

21 +/- 2 50+/-5% ©

P

594

12.5

1.0

10.0

7

700

3374

9.7 CHW

CHW AHU-25 - ROOF TOP OT AHU

OT

3500

10.0

1

10.0

3500

7.5

7.5

3

6

2 KW X 3

56 TENTH

HOSPITAL ANESTHESIA

24 +/- 2

55% (NC)

N

713

12.5

1.0

0.5

7

53

2430

5.7 CHW

CHW AHU-26 - ROOF TOP AHU

COMFORT

2800

5.5

1

5.5

2800

3.5

3.5

1

6

57

NINETH

HOSPITAL

ICCU - 1

21 +/- 2

55% (NC)

P

4950

12.5

1.0

3.0

100

2000

20208

28.8

CHW

CHW AHU-27-28 - ROOF TOP ICU AHU

ICU

12000 15.0

2

30.0

24000

7.5

15

2

6

58

NINETH

HOSPITAL

ICU

21 +/- 2

55% (NC)

P

4944

12.5

1.0

3.0

100

2000

19684

28.2

CHW

CHW AHU-29-30 - ROOF TOP ICU AHU

ICU

12000 15.0

2

30.0

24000

7.5

15

2

6

ORTHOPADIC OT LOBBY

DR RECREATION ROOM

SEPTIC OT_EXHAUST

24 +/- 2

55% (NC)

55% (NC)

55% (NC)

55% (NC)

55% (NC)

2 KW X 3

ABRIVATIONS PRESSURE ZONE :: S - STANDARD (EQUAL), N - NEGATIVE , P - POSITIVE RH 55% ( NC ) - Not Controled 50+/-5% © - RH Controled HVAC TENDER

Annexure - II HVAC Load Summary

4 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE III - AREA WISE HVAC EQUIPMENT BREAK UP WITH SYSTEM PROPOSAL

FLOOR

GROUND

HOSPITAL COOLING LOAD

CRITICAL LOAD

50.5

FIRST

0

SECOND

0

THIRD

0

FORTH

0

FIFTH

0

SIXTH

0

SEVENTH

0

EIGTH

70

NINTH

86

SYSTEM PROPOSED - HVAC TENDER TOTAL BUILDING DX CONVENTIONAL SPLIT AC

DX CONVENTIONAL SPLIT AC WATER COOLED CHW SYSTEM 185

TENTH

171

TOTAL

377.5

HVAC TENDER

WATER COOLED CHW SYSTEM 185

Annexure - III Area Wise HVAC Load Break UP

5 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. DOCUMENT : ANNEXURE IV - BASEMENT VENTILATION SYSTEM AREA SR.

AREA TYPE

1

Basement Ventilation areas - 2 Whiller Area

2

Basement Ventilation areas - Car Park Area TOTAL FOR BASEMENT

HVAC TENDER

SQF.

9600.00

28578.00

HT. FT.

11.0

11.0

VENTILATION CFM NORMAL FIRE MODE MODE 10 ACH 20 ACH

17600

52393

EXHAUST AIR FAN FRESH AIR

Jet Fans

NORMAL MODE

FIRE MODE

ADDITIONAL 900 DIA / 17600 CFM / TUBE AXIAL FAN / 18 MM TSP / 3.5 KW / 1 NO.

35200

900 DIA / 17600 5 No.s Natural through Ramp 350mm Dia CFM / TUBE AXIAL Jet Fan - 1.5 FAN / 18 MM TSP / Opening of 3.5 KW / 1 NO. 200 Sq.Ft. KW

104786

1000 DIA / 17600 CFM NORMAL MODE & Natural 13 No.s through Ramp 350mm Dia 35200 CFM AT FIRE MODE / TUBE AXIAL FAN Opening of Jet Fan - 1.5 / 18 MM TSP / 3.5 KW EACH / 3 NOS. DUAL SPEED FAN KW 200 Sq.Ft.

9600

Annexure - IV Basement Ventilation System

Normal kW

Emergency kW

15.5

27.0

43.5

77.5

59.0

104.5

6 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE V - HVAC CHW PLANT ROOM EQUIPMENT & ELECTRICAL LOAD DEMAND TOTAL NON DIVERSIFIED COOLING LOAD FOR 8TH /9TH AND 10TH FLOOR

257

TR

TOTAL DIVERSIFIED COOLING LOAD FOR CHILLER SELECTION @ 78% DIVERSITY

200

TR

TOTAL NON DIVERSIFIED CRITICAL LOAD

185

TR

TOTAL DIVERSIFIED CRITICAL COOLING LOAD FOR CHILLER SELECTION @ 85% DIVERSITY

157

TR

CHILLER SELECTION = 160 TR X 02 NOS.

320

TR

100%

%

80%

TR

STAND BY FOR CRITICAL LOAD OVER ALL STAND % ( ON TOTAL DIVERSIFIED COLLING LOAD ) HVAC POWER DEMAND - PLANT ROOM PLANT

TR /USGPM

HEAD MT.

BKW

MOTOR KW

OPERATION

QTY Working

SB

KW

120

2

0

240

WATER COOLED SCREW CHILLER

160

PR. CHW PUMP

384

15

4.5

5.5

2

1

11

SEC. CHW PUMP ON VFD

357.5

36

10.0

10

2

1

20

COOLING WATER PUMP

640

24

11.9

12.5

2

1

25

7.5

2

0

15

KW

311

C. TOWER - CTI APPROVED

SUITABLE FOR 29.2 DEG WBT/600 USGPM FLOW / 160 TR CHILLER / 32 DEG C OUT LET / 36 DEG C INLET TEMP.

CHW PLANT ROOM MAKE UP WATER DEMAND

HVAC TENDER

EMERGENCY KW

APX. 60000 LTRS/ DAY ( SOFT WATER )

Annexure - V HVAC CHW Plant Room Equipment Electrical Load Demand

7 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE V - TOILET VENTILATION SYSTEM

SR.

AREA TYPE

AREA IN SQ.FT.

HT. FT.

VENTILATION CFM @ 15 ACHPH

EXHAUST AIR FAN

LOCATION

1

Toilet Block - E

1500.00

12.0

4500

4500 CFM CABINET TYPE CENTRIFUGAL EX. FAN

Roof

2

Toilet Block - K, F, I, & P

3255.00

12.0

9765

9800 CFM CENTRIFUGAL EX. FAN

Roof

3

Toilet Block - G, J, L, & Q

3085.00

12.0

9255

9800 CFM CENTRIFUGAL EX. FAN

Roof

4

Toilet Block - T

365.00

12.0

1095

1200 CFM CABINET EXHAUST FAN

Roof

5

Toilet Block - S, A, N, & O

5675.00

12.0

17025

17000 CFM CENTRIFUGAL EX. FAN

Roof

6

Toilet Block - B

826.00

12.0

2478

2500 CFM CABINET EXHAUST FAN

Roof

7

Toilet Block - C, R, & M

2245.00

12.0

6735

6800 CFM CABINET EXHAUST FAN

Roof

8

Toilet Block - D & H

1670.00

12.0

5010

5000 CFM CABINET EXHAUST FAN

Roof

TOTAL FOR ALL FLOOR

HVAC TENDER

18621

55863

ANNEXURE V - TOILET VENTILATION SYSTEM

8 of 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE - VII - HVAC SYSTEM_IO SUMMARY

Supply, installation, programming, testing, configuration, customization of the offered DDC Controllers and its integration so as to control / monitor the following utilities from a central operating station in line with the data points provided below I

HEATING VENTILATION AND AIR CONDITIONING_revised as on 15 Sept Qty 1

AI

AO

DI

DO

SI Equipment / Procedure

DDC Controller for Plant Room

a Water Cooled Chillers Chiller Status

2

2

Chiller Command

Pot free contact in Chiller Elect Panel 2

Pot free contact in Chiller Elect Panel

Chiller Auto Manual Status

2

Pot free contact in Chiller Elect Panel

Chiller Trip Status

2

Pot free contact in Chiller Elect Panel

No Flow alarm Chiller isolation valve command Chiller isolation valve status

2 2

on/Off Valve at outlet of each Chiller do

2

Condenser Isolation Valve command

2

Condenser Isolation Valve status

On/Off Valve at outlet of each Condenser

2

CHW Outlet Temperature

2

do RTD at locations by BMS; length to suit tap

CHW Inlet temperature

2

RTD at locations by BMS; length to suit tap

CHW header Temp

2

One sensor each at supply and return

Chilled water Pressure at inlet outlet of the Chiller (evaporator) Shell

4

To provide optional means of flow rate from chiller performance curves

Condenser Inlet Temperature

2

Condenser Outlet Temperature

2

Condenser Cooling water header Temperature

2

One sensor each at supply and return CDW header; since two chillers in operation

Cooling water pressure at inlet outlet of condenser shell

4

To provide optional means of flow rate from chiller performance curves

RTD at locations by BMS; length to suit tap size RTD at locations by BMS; length to suit tap size

Cooling Towers Cooling Tower Fan Command

3

3

Cooling Tower Fan Status

3

Tower Sump Hi-Lo Level Switch

3

Ambinet T+Rh transmitter

1

2

1

1

2

2

Insertion type Flow Meter with built in electronics and serial communication facility Sump Water Temprature Sensor Cooling Tower Fan Motor Comand Soft data acquisition from Chillers on BMS Notes: Write facility offered to Plant DDC i conroller for CHW reset action based on AHU valve opening inputs

HVAC TENDER

Pot free contact in Chiller Elect Panel Pot free contact in Chiller Elect Panel

6

2 1

Through an Open protocol Integrator; Details to be provided by Chiller Vendor to BMS vendor; covers all chillers Chiller vendor to comply offering write facility to BMS vendor HVAC vendor to provide all information related to Chiller MP Panel protocols to BMS vendor for seamless integration across all chillers on the central BMS

ANNEXURE-VII DATA SUMMARY

9 OF 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE - VII - HVAC SYSTEM_IO SUMMARY

Supply, installation, programming, testing, configuration, customization of the offered DDC Controllers and its integration so as to control / monitor the following utilities from a central operating station in line with the data points provided below I

HEATING VENTILATION AND AIR CONDITIONING_revised as on 15 Sept Qty b

AI

AO

DI

DO

SI Equipment / Procedure

Primary Chilled Water Pumps Fixed Speed Pump p Run Status

3

3

Pump Command

Water DP Switch W w across pumps p p byy BMS M 3

Provision in Pump Panel by HVAC

Pump Trip Status

3

Provision in Pump Panel by HVAC

Pump Auto-manual Status

3

Pot free provision in Pump Panel by HVAC

Pump Discharge Pressure Pump u p Common Co o Return e u Header eade Pressure Secondary Chilled Water Pumps c (Variable speed Pumping System VSPS) Pump Run Status

3

Pressure Transmitter by BMS

1

P T itt by b BMS Pressure Transmitter

3

3

p Command Pump

Water DP Switch across pumps by BMS

3

Pump Auto-manual Status Pump Discharge Pressure Pump Common Return Header Pressure Staging / destaging of Secondary pumps Differential Pressure Transmitter across AHUs Variable speed control command for Secondary pumps VFD On/Off Command for secondary Pumps VFD run/trip status for secondary pumps Integration of Variable Speed d Pumping (VSPS) System

Provision in VSPS Panel byy HVAC

3

3

Pot free provision in VSPS Panel by HVAC Pressure Transmitter by BMS

1

Pressure Transmitter by BMS By VSPS Pumping Controller supplied by HVAC p g Controller supplied pp Byy VSPS Pumping byy HVAC By VSPS Pumping Controller supplied by HVAC By VSPS Pumping Controller supplied by HVAC By VSPS Pumping Controller supplied by HVAC

0 0 0 0 0 SI

Integration of Variable Speed Pumping (VSPS) controller

1

VSPS Controller C ll protocoll to be b provided id d b by Pumping vendor to BMS Vendor - Open platform

e Condenser Cooling water Pumps Pump Run Status Pump Command Pump Trip Status Pump Auto-manual Status Pump Discharge Pressure Pump Common Return Header Pressure IO for Plant Room Equipments 2 OT Air Handling Units

HVAC TENDER

3

3

Water DP Switch across pumps by BMS 3

3 3 3

Provision in Pump Panel by HVAC Pot free provision in Pump Panel by HVAC Pressure Transmitter by BMS

1

Pressure Transmitter by BMS

37 12

2

43

20

2

DDC No. 1 (for BOQ) 12 nos on Terrace

ANNEXURE-VII DATA SUMMARY

10 OF 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGAR , AHMEDABAD HVAC CONSULTANT : SHETH TECHNO CONSULTANTS PVT. LTD. ANNEXURE - VII - HVAC SYSTEM_IO SUMMARY

Supply, installation, programming, testing, configuration, customization of the offered DDC Controllers and its integration so as to control / monitor the following utilities from a central operating station in line with the data points provided below I

HEATING VENTILATION AND AIR CONDITIONING_revised as on 15 Sept Qty

AI

AO

DI

Supply Air & Smoke Fan Run Status Supply Air & Smoke Fan Auto manual Status

24

24

24

24

Supply Air & Smoke Fan Command

24

Supply Air & Smoke Fan Trip Status

24

2 Way Modulating Control Valve Command 2 Way Modulating Control Valve % opening Feedback Motorized Fire Damper On/Off Command & Status Duct Heater Status and On/Off Command Duct heater Modulating Control Fire Signal each AHU Smoke Fan Fire Isolation Damper Control and Status TOTAL IO for OT IO for each Terrace OT AHU DDC IO for Minor OT AHU

SI Equipment / Procedure Air DP Switch across fan by BMS Pot free provision in AHU panel by HVAC Vendor P free Pot f provision i i iin AHU panell b by HVAC Vendor 2 way 2 pole switch for fan feeder in AHU panel

24 24

SA Fan VFD Command SA Fan VFD ByPass Status SA Fan VFD ON/OFF Duct Static Pressure Trans Prefilter Status Fine Filter Status LFU HEPA Filter Status RA Temperature and Rh Sensor

DO

12

1 12 12

12 12 12 12 12

24

VFD Panel by HVAC Vendor Provision in VFD panel Provision in VFD panel Installation by BAS Vendor with fixtures Filter DPS by BMS Vendor Filter DPS by BMS Vendor Filter DPS by BMS Vendor T+Rh Transmitter by BMS Vendor Valves shall be cabled upto DDC controller and finally integrated by BMS vendor

12 12 3*12

36

36

3*12

36

36

12

Input to Power Controller Input from Monitor Module

12 2 * 12

Return Duct at 2 Wall Crossings + 1 Supply Duct

24

24

48 4

36 3

228 19

132 11

4

3

18

11

One in Fire Fan Path and one in RA Path DDC 2 to DDC 13 - OT on Terrace DDC 14 same as 2/13 except LFU DPS Minor OT on GF

Signature of Tenderer :

Additional Chief Engineer (Electrical):

Name :

Ahmedabad Municipal Corporation:

Company’s seal : Date :

HVAC TENDER

D t Date:

ANNEXURE-VII DATA SUMMARY

11 OF 11

PROJECT TITLE : NEW HOSPITAL BUILDING FOR LG HOSPITAL , MANINAGER , AHMEDABAD PRINCIPAL ARCHITECT : BHAVESH SHAH & PRITI SHAH MEPF CONSULTANT : SHETH TECHNO CONSULTANTS PTV. LTD.,AHMEDABAD DOCUMENT :TENDER DRAWING INDEX

SR.

DRAWING IDENTIFICATION (DRG-NO)

DRAWING DETAILS

SCALE

1

1-HVAC-00-01

HVAC SCHEME LAYOUT FOR LOWER BASEMENT LEVEL

1:150

2

1-HVAC-01-02

HVAC SCHEME LAYOUT FOR UPPER BASEMENT LEVEL

1:150

3

1 HVAC 02 03 1-HVAC-02-03

HVAC SCHEME LAYOUT FOR GROUND FLOOR LEVEL

1:150

4

1-HVAC-03-04

HVAC SCHEME LAYOUT FOR EIGHT FLOOR LEVEL

1:150

5

1-HVAC-04-05

HVAC SCHEME LAYOUT FOR NINETH FLOOR LEVEL

1:150

6

1-HVAC-05-06

HVAC SCHEME LAYOUT FOR TENTH FLOOR LEVEL

1:150

7

1-HVAC-06-07

HVAC SCHEME LAYOUT FOR TERRACE LEVEL

1:150

8

1-HVAC-07-08

SHCEMATIC CHILLED & CONDENSER WATER PIPING LAYOUT FOR PLANT ROOM AT TERRACE LEVEL

N.T.S.

9

1-HVAC-08-09

SCHEMATIC CHILLED WATER PIPING LAYOUT FOR TERRACE LEVEL

N.T.S.

10 1-HVAC-09-10

SCHEMATIC CHILLED WATER PIPING LAYOUT FOR M-SHAFT NO.-1,2,3 & 4.

N.T.S.

11 1-HVAC-10-11

CIVIL CUTOUT & FOUNDATION LAYOUT FOR TERRACE LEVEL

1:150

12 1-HVAC-11-12

TYPICAL HVAC SECTIONS FOR TERRACE FLOOR

1:150

13 1-HVAC-DET-01 AHU SCHEME FOR OPERATION THEATER

N.T.S.

14 1-HVAC-DET-02 AHU SCHEME FOR STERILE ZONE & ICU WARD

N.T.S.

15 1-HVAC-DET-03 TYPICAL DUCTING LAYOUT FOR OT

1:75

16 1-HVAC-DET-04 TYPICAL STARTER PANEL DIAGRAM FOR B.A.S. CONNECTIVITY

1:150

17 9-E-DG-1

GROUND FLOOR HVAC PANEL SINGLE LINE DIAGRAM

N.T.S.

18 9-E-DG-2

EIGHTH FLOOR HVAC PANEL SINGLE LINE DIAGRAM

N.T.S.

19 9-E-DG-3

NINETH FLOOR HVAC PANEL SINGLE LINE DIAGRAM

N.T.S.

20 9-E-DG-4

TENTHTH FLOOR HVAC PANEL SINGLE LINE DIAGRAM

N.T.S.

21 9-E-DG-5

ROOF LEVEL HVAC PANEL SINGLE LINE DIAGRAM

N.T.S.

22 9-E-DG-6

HVAC CHILLER PANEL SINGLE LINE DIAGRAM

N.T.S.

TENDER DOCUMENT

DRAWING LIST

1 of 1

Suggest Documents