100% found this document useful (1 vote)
1K views

Tech Spec Civil (Non - DSR - Items) - Vol 3

The document provides specifications for civil works for a cancer care hospital project. It covers the scope of work, earthworks, concrete works, masonry, structural steel works, and other civil works. Technical details for excavation, soil investigation, safety, materials, and other aspects are provided.

Uploaded by

Varunn Vel
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
1K views

Tech Spec Civil (Non - DSR - Items) - Vol 3

The document provides specifications for civil works for a cancer care hospital project. It covers the scope of work, earthworks, concrete works, masonry, structural steel works, and other civil works. Technical details for excavation, soil investigation, safety, materials, and other aspects are provided.

Uploaded by

Varunn Vel
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 99

CHANDRAPUR CANCER CARE HOSPITAL

CHANDRAPUR CANCER CARE FOUNDATION


(A Company Registered under Section 8 of Companies Act 2013)
Office: Director, Chandrapur Cancer Care Foundation,
Room no. 2, Ground Floor, Niyojan Bhawan, office of the District Collector,
Chandrapur, Maharashtra, India 442 401
Email: [email protected];

PARTICULAR SPECIFICATIONS
(VOL 3)
Spec not covered in CPWD

Project Architect:

Edifice Consultant Pvt. Ltd


First Floor, Plot # 2A, Ujagar Infotech Park
Opposite Deonar Bus Depot
Govandi, Mumbai, Maharashtra 400 088

Project Management Consultant:

Structural Consultant:
VASTECH
2nd Floor Almonte Building,
Kharadi Hadapsar Bypass Road, Kharadi,
Pune-411014, Yashwantnagar Chowk

MEP Consultant
Sunil Nayyar Consultants Pvt. Ltd
206, 206A, 305A, 305B Second & Third Floor,
Time Centre, Golf Course Road,
Sector-54, Gurgaon-122002

Contractor PMC Client


PARTICULAR SPECIFICATION
FOR CIVIL WORK

Contractor PMC Client


INDEX

Sl. No Description

1. PART-B2
1.0 Scope of works
2.0 Earthworks
3.0 Concrete Works
4.0 Masonry
5.0 Doors
6.0 Structural Steel Works
7.0 Plastering Works
8.0 Waterproofing Works
9.0
EPC- Façade Works
10.0 Interior Finishing Wood Works
11.0 Flooring and False Ceiling Works
12.0 Internal Partition Works
13.0 Finishing and Painting Works
14.0 Sanitary Installation
15.0 Soil. Waste, Vent and Rain Water Pipes
16.0 Pumps and Allied Works
17.0 Hot water System
18.0 Water Treatment System
19.0 Technical Information for Plumbing Work
20.0 Pipe Color Code
21.0 Miscellaneous Works
22.0 Horticulture and Misc. Works
23.0 Sewage Treatment Plant
24.0 Approved Make Lists

Contractor PMC Client


PARTICULAR SPECIFICATION FOR CIVIL WORK

1.0 Scope of work:


1.1 Scope of work shall cover, preparation of shop drawing, supply, installation, testing, labour &
workmanship etc. required to be provided in this said scheme / project. The design of
component / items / scheme where ever required also includes in the scope.

Work shall be executed as per scope and specification and drawing. If any service and item
and component and provision required to make building / scheme functional habitatable if not
specifically mentioned in the scope of this tender, the same shall be deemed to be included
within the scope of this tender and nothing extra shall be paid on this account.

The rates quoted in schedule of financial quote shall be inclusive of all material, labour
workmanship, all taxes i/c GST and other incidental charges.

The Contractor shall be fully responsible for the execution and supervision of all works,
including all Geotechnical Building Works (GBW). He shall engage a Professional Engineer
and Specialist Professional Engineer to undertake work in accordance with statutory
requirements and condition of this contract.

1.2 The basic analogy behind this design flow has been considered to reduce the energy load by
best orientation of building, use of light shelves, insulated cavity walls, higher window wall
ratio, growing plantation for indoor fresh air, etc.

Structural system for building is mainly columns/shear walls, beam frame structure.

1.3 Soil Investigation Report:


1.3.1 Soil investigation report / major characteristic of soil for site has been uploaded separately
which shall be the part of agreement. These reports are only of indicative nature that gives
the general characteristic of soil of the housing pocket.
1.3.2 Detailed Soil investigation is to be conducted by the agency as per the relevant BIS code/
NBC 2016 for determining type of protection of excavation location of basement and its
design from the consultant approved by Engineer-in-Charge. One set of soil sample be
kept reserved till the finalization of contract. The department may verify the result
submitted by the agency, if need be.
1.3.3 Allowable safe bearing capacity for structural design shall be within the limits as per soil
investigation report.
1.3.4 Contractor shall make his own verification of water table level at the Site. Details and
results of all supplemental soil investigation shall be made available to the Engineer-in-
charge for his record.

1.4 The Contractor’s attention is drawn to the presence of existing services, drain line, concrete
footpath at site, and shall make the necessary provision for the removal, due to such
encumbrances. The works shall be done on ground as available; therefore, no claim for extra
cost or time shall be entertained for this account.

Contractor PMC Client


1.5 Technical specification for construction:
The Contractor shall be responsible to work in accordance to the complete set of Technical
Specifications, Architectural Drawings, Interior Finishing drawings and other related drawings
of services as per NIT.

The Contractor shall ensure that the quality and workmanship shall be as per CWPD
specifications and other specification mentioned in the documents of tender.

1.6 Safety and working Conditions:


The Contractor has to fully comply with all the safety requirements of the latest Factories /
Labour Act and all other relevant local Bye-laws, Acts, Regulations, GCC for CPWD 2014 & SCC
etc. of the tender.

The Contractor shall also comply with Authorities' requirements regarding the removal and
discharge of any spoil, surplus materials, debris or other materials.

1.7 Materials:
The quality of the works throughout and workmanship shall be to the satisfaction of Engineer-in-
charge or his Representative.

All materials and workmanship shall be comply with the latest relevant Indian standard.
However, there may be requirement to use of material & workmanship as per standards of
British standard or American Specifications and/or Code of Practice the work and workmanship
shall be done and to be used by the contractor without extra payment. The Contractor is deemed
to be conversant with the relevant IS, BS, ACI / AISC / ASTM / AWS, and CP standards referred
to and shall allow for complying therewith.

All materials which do not comply with this Contract and BIS code, shall be removed from the
Site at the Contractor's own expense.

Contractor PMC Client


2.0 Particular Specification:

2.1 Earthwork

2.1.1 General
All types of excavation work shall be done in accordance with CPWD specifications Volume - I & II
with correction slips up to the last date of submission of tender documents.

Any trenching and digging for laying sewer lines / water lines /cables etc. shall be commenced by
the contractor only when all men, machinery’s and materials have been arranged and closing of
the trench(s) thereafter shall be ensured within the least possible time.

2.1.2 Setting Out:


The Contractor shall be responsible for accurately setting out the Works to the specified positions,
dimensions, levels, and building lines and also checking the site survey for dimensional and level
accuracy and reporting any discrepancies before any commences. Any errors in position, level,
dimension or alignment of any part of the Works at any time shall be rectified by the Contractor at
his own expense. The Contractor shall provide the Engineer with all facilities, equipment and
labour to enable him to check the setting out and levels of the Works at all times. The checking of
any setting out point, line or level by the Engineer shall not in any way relieve the Contractor of his
responsibility. All setting out points, benchmarks, site rails, pegs and other survey points shall be
clearly marked and protected from damage or disturbance during the execution of the Works as
per CPWD Specifications.

2.1.3 Applicable Standards:


The contractor shall ensure to follow the applicable BIS and IS Standards related to the
excavation and local building regulations and statutory regulations

2.1.4 Labour and Equipment’s:


The Contractor shall provide all labours, equipment, materials and any incidentals necessary to
complete all aspects of work included in the drawings and specifications. The Contractor shall
submit Earth Management Plan which is to be approved by the Employer or Engineer’s
Representative before commencing the work.

2.1.5 Related Works:


a) Clearing, grubbing, and removing all vegetation from the site.
b) Excavation including getting out and necessary dressing to make surface ready to receive
blinding.
c) Filling and back filling and compaction of fills
d) Removal and disposal of surplus material.
e) Dewatering, shoring and strutting.
f) Anti-termite treatment
g) Road and Compound Wall Works
h) Landscape or Horticulture Works

Contractor PMC Client


2.1.6 Disposal of Surplus earth
All Excavated material including excavated earth declared as surplus and not useful, shall be
removed from the Site by the contractor at his own cost. The removal of surplus Material shall only
be undertaken by the contractor when instructions in this regards are obtained from Engineer in
charge.

Dumping shall be at designated place identified by the agency. Contractor shall also obtain
necessary permissions / approvals / authorization from the competent authority of local body /
traffic / police as the case may be for removal of excavated earth/material. No payment/fees on
this account shall be entertained by the department.

2.2 Dewatering:
The dewatering is in the scope of the contract as per condition of this tender document. The
Contractor shall arrange to have the entire dewatering system designed in detail, installed,
maintained and operated by qualified and experienced personnel throughout the course of the
work.

2.2.1 The name, qualifications, record of previous jobs of a similar nature of dewatering of sub -
contractor personnel to be employed on the work shall be submitted to the Project Engineer for
approval.

2.2.2 Two weeks prior to commencement of installation of the dewatering system, Contractor shall
submit to the Engineer in Charge for his technical approval, complete plans, details and
description of the dewatering system.

2.2.3 Approval of the dewatering system by the Engineer in Charge shall in no way relieve the
Contractor from his responsibility of satisfying the entire dewatering requirements as specified
herein.

2.2.4 The Contractor shall install, maintain and operate a system of wells, trenches and pumps as
required for performing the excavations for the areas and subsequent construction of the structure
and placement of backfill, in dry condition.

2.2.5 Dewatering of the excavation shall be accomplished in a manner that will prevent seepage,
boils, loss of fines, corrosion, softening of the strata, and that will maintain the stability of the
bottom and slopes of excavation.

2.2.6 In case any damage is caused to the work, in the opinion of Engineer in charge, due to
inadequacy or failure of the dewatering system, in part or in whole, then the supply of all labour,
materials and plant, such damage shall be undertaken and re-done by the contractor at his own
cost.

2.2.7 The cost of any damage caused to the structures or other equipment’s due to the failure of
the dewatering system shall be borne by the contractor and shall be covered by proper insurance
to be provided by the contractor, in accordance with insurance clauses of the “General Condition
of Contract”.
2.2.8 The Dewatering system shall be designed to operate on a continuous basis in such a
manner that during excavation, the water level as observed in all piezometers installed near the

Contractor PMC Client


periphery of the excavation with their tips located below the prevailing excavation level, is at least
one meter below the prevailing excavation level. If the water level observed in any or all of the
piezometers is higher than that specified, the excavation shall be halted until remedial measures
to the dewatering system are done and the specified water levels in the piezometers attained or
until the contractor demonstrates to the satisfaction of the Engineer in charge that it is safe to
proceed with excavation. Piezometers tips shall be installed near the bottom of the hole drilled for
that purpose.

2.2.9 During construction of structures and subsequent backfill placement and associated work
operations, the dewatering system shall operate on a continuous basis in such a manner that the
water level, as observed in the piezometers located below the level of construction and backfill
placement is at least one meter below the lowest point of construction and backfill placement and
the water level in the piezometers is maintained at such level till the concrete if any, has
sufficiently hardened and until in the opinion of the Project Engineer, it is safe to allow the water
level to rise up to a predetermined level.

2.2.10 The Dewatering System shall be maintained in operating condition so as to achieve the
specified results until the construction of the structures and the backfill placement at all points, has
reached upto 3rd floor level above the ground level. The opinion of the Engineer in Charge shall
obtained if dewatering system is cut off in stages.

2.2.11 The Contractor shall not permit the accumulation of surface water within the confines of the
excavation areas. The Contractor shall control, remove and divert surface water run-off, and water
discharging from the dewatering system away from the excavations, to a point outside the working
area as required by the Engineer in Charge.

2.2.12 The Contractor shall perform all work including, but not limited to, the construction and
maintenance of ditches and sumps and provide, install, maintain and operate pumps and pipelines
of adequate capacity as are necessary for the effective control of surface run-off and ground water
not required to be intercepted by the dewatering system.

2.2.13 The Contractor shall make necessary arrangement for power supply which shall be of
sufficient capacity to maintain all pumps and equipment for both the Basic and Standby systems,
operating on a continuous basis.

2.2.14 The Contractor shall supply, install and maintain an alarm system that will alert responsible
personnel at the time of power failure and at the same time will automatically activate the standby
units.

2.2.15 The dewatering system shall be designed in such a manner that all or parts of the standby
system may be directly connected to the basic system.

2.2.16 The standby dewatering systems shall be operated for a period of at least 3 hours duration
each week to demonstrate its complete effectiveness. For such demonstrations, the Contractor
shall not be entitled to any payment/ compensation.
2.2.17 Contractor's dewatering system shall include the supply, installation, data recording and
maintenance of piezometers as may be required to demonstrate the satisfactory performance of
the dewatering system.

Contractor PMC Client


2.2.18 In order to ascertain the continuous effectiveness of the dewatering system, Contractor
shall correlate records of the water elevation in each of the piezometric observation wells and
records of the discharges from the dewatering system. The Contractor shall also keep the
Engineer in Charge advised on a daily or as required basis on the equipment being utilized to
affect the required results during the entire period when the dewatering system is in operation.

2.2.19 Contractor shall obtain necessary permissions from the competent authority of local body
or regulatory body traffic, irrigation department, at his own level to drain out of de-watering water.
The arrangement is including cost of material in respect of laying pipes, making drains from site to
the final disposal of dewatering pump out water shall be make by the contractor at his own level
and cost. No claim shall be entertained on this account by the department.

2.3 Shoring / Sheet Piling / Soil Stabilization


2.3.1 The scope of this tender is also inclusive of design and execution of shoring to resist all dead
and live loadings (earth pressures, hydrostatic pressures, traffic loads, point loads, line loads and
surcharge loads) that the shoring may experience during the service life of the structure. In design
following type of loads/forces shall be taken as under:-

2.3.2 a) Active and passive earth pressure,


b) Lateral earth pressure due to surcharge loads,
c) Differential water pressure and seepage pressure,
d) Earthquake force, and
e) Stresses due to handling and driving.

2.3.3 Shoring system may be of in the form of RCC/PCC piles, timber, reinforced concrete, pre-
stressed concrete or steel. Depending upon the materials adopted by looking at various
parameters, the conformance shall be as per the specifications given for the timber, reinforced
concrete; pre stressed concrete and steel sheet pile. Sheet pile in accordance with IS: 2911 (part
II)-1980, IS: 456-1978, IS: 1343-1980 and IS: 2314 – 1963 respectively.

2.3.4 The contractor shall submit design calculations, including soil design parameters used,
methods of construction, and detail drawings for all the design cases. He shall be responsible for
the external stability of all temporary sheet piles. Differential and absolute settlements of sheet
piles shall be limited to ensure minimal detrimental effects.

2.3.5 When a satisfactory bearing stratum is not encountered at a reasonable depth below the
surface in front of the earth to be retained, then a sheet-pile wall may be provided. If the height of
the wall and the pressure on the sheet plies are such that an excessively thick pile is required, the
provision of a tie can be provided at one level or at many levels.

2.3.6 As per the schematic section shown in the excavation drawing, ties are not only at the top
level but also at intermediate levels. The ties numbers can be either being reduced or increased
depending upon the availability of anchorage in economy of design.

2.3.7 A general scheme of excavation and shoring has been shown in the tender drawings.
Shoring/sheet piles design, Methodology. Shall be got approved in advance from Engineer-in-

Contractor PMC Client


charge or his consultant before commencement of shoring/sheet pile work at site. The cost of
design, operation, materials, labour, workmanship is includes in quoted amount of the project.

2.3.8 Ground Anchors:


The design of the rock / ground anchors for the specified values of working loads or ultimate
loads. The design & execution of the rock / ground anchor system shall be in contractor’s scope
and quoted rates. The contractor shall obtain necessary site data, designing, obtaining approval
from the structural consultant, implementing the work, carrying out field tests as per
recommendations of the consultant etc. complete. IS 10270 Guidelines for Design and
Construction of Pre stressed Rock Anchors shall apply for the work related to rock anchors.

2.3.9 The pre stressing steel shall be used which conform to IS: 2090-1983.

2.3.10 Design Consideration:

2.3.11 Pre stressing Steel - The number of wires or strands are so provided that initial pre
stressing force is at a level of 70 percent of guaranteed ultimate tensile strength of the steel.

2.3.12 Fixed and Free Length of Anchors

2.3.13 The fixed length of the anchor shall be decided based on allowable bond stress between:
(a) steel and grout, (b) the grout and the rock, and (c) shear strength of rock. The fixed length
(bond length) should be provided considering the following aspects:
a) Co-relation between unconfined compressive strength of the rock and bond value
b) From the data available on typical rocks.
c) Experience with similar type of rocks in adjacent areas.

2.3.14 Fixed length of the anchor shall be decided based on the pullout criteria. The minimum
safety factor of 1.5 for permanent anchors and 1.25 for temporary anchors is required against
pullout. Minimum free length of 5 m is considered desirable and if the pullout criterion requires
more free length, additional length should be provided.

Contractor PMC Client


3.0 Concrete work
3.1 Plain Cement Concrete / Lean Concrete:
Plain Cement Concrete / Lean concrete in required thickness as per design shall be laid below the
raft and all type foundation works, below kerb stone, under floors or wherever required as per
CPWD Specifications Volume - I & II with correction slips up to the last date of submission of
tender documents.
The enhancement of the “N” Value of soil at raft if foundlless then the standard value is within the
scope of the standard and contractor shall do needful at in own cost for achievement of “N” Value.

3.2 Reinforced Cement Concrete Work:


The work shall be done as per CPWD specifications Volume - I & II with correction slips up to the
last date of submission of tender documents.

3.2.1 If the quantity of cement actually used in the work is found to be more than the theoretical
quantity of cement including authorised variation, nothing extra shall be payable to the contractor
on this account. In the event of it being discovered even after the completion of the work, the
quantity of cement used is less than the quantity ascertained as herein before provided (allowing
variation on the minus side as stipulated in clause 42) the cost of quantity of cement so less used
shall be recovered from the contractor at the rate as specified in schedule ‘F’. Decision of the
Engineer-in-Charge in regard to the quantity of cement which should have been actually used as
per the schedule and recovery at the rate specified shall be final and binding on the contractor.

3.2.2 For non-scheduled items, the decision of the Superintending Engineer regarding
theoretical quantity of the cement which should have been actually used shall be final and binding
on the contractor.

3.2.3 Cement brought to site and cement remaining unused after completion of work shall not be
removed from site without written permission of the Engineer-in-Charge.

3.2.4 In case the contractor brings surplus quantity of cement the same after completion of the
work will be removed from the site by the contractor at his own cost after approval of the Engineer-
in-Charge.

3.2.5 Cement register for the cement shall be maintained at site.

Cement bags shall be stored in separate godowns to be constructed by the contractor at his own
cost as per sketch (which is only indicative and actual size will depend on the site requirements)
given in CPWD specifications with weather proof roofs and walls. Each godown shall be provided
with a single shutter door with two locks. The key of one lock shall remain with Engineer-in-charge
or his authorized representative and that of the other lock with the authorized agent of the
contractor at the site of work so that the cement is issued from the godown according to the daily
requirements with the knowledge of both parties and proper account for the same is maintained in
the standard Performa.

Contractor PMC Client


PROFORMA FOR THE CEMENT REGISTER
PARTICULARS OF RECEIPT
Date of Quantity Progressive Date of Quantity Items of work for
receipt received total issue issued which issued
1 2 3 4 5 6

PARTICULARS OF ISSUE
Qty. Total Daily Contractor's JE’s Remarks (AE/EE’s
returned issued balance in initial initial periodical check)
at the hand
end of
the day
7 8 9 10 11 12

3.2.6 DESIGN MIX CONCRETE:


3.2.7 CPWD Specifications and latest IS Codes shall be followed.

3.2.8 The concrete mix design / laboratory tests with and without admixture shall be got done by
contractor at his own cost and will be carried out by the contractor through one of the
following laboratory / Test houses.

(i) IIT, Delhi


(ii) National Council for Cement & Building Materials, Ballabhgarh.
(iii) CRRI, Delhi
(iv) Delhi college of Engineering

The various ingredients for mix design / laboratory tests shall be sent to the test houses
through the Engineer-in-Charge and the samples of such aggregate & cement shall be
preserved at site by the department.

3.2.9 The contractor shall submit the mix design report from any of above approved laboratory
for approval of Engineer-in-Charge within 30 days from the date of issue of letter of
acceptance of the tender. No concreting shall be done until the mix design is approved by
the Engineer-in-charge. In case of white Portland cement and the likely use of admixtures
in concrete with PPC / white Portland cement the contractor shall design and test the
concrete mix by using trial mixes with white cement and/or admixtures also for which
nothing extra shall be payable.

3.2.10 In case of change of source or characteristic properties of the ingredients used in the
concrete mix during the work, a revised laboratory mix design report conducted at
laboratory established at site shall be submitted by the contractor as per the direction of
the Engineer-in-Charge

Contractor PMC Client


3.2.11 Materials Specifications for RCC and PCC Works:

a. Aggregates: -
As per CPWD Specifications and to be crushed naturally occurring materials
conforming to IS: 383-2016. All physical properties and grading parameters must
conform to BIS code and CPWD specification.

b. Water: -
(i) Water shall be tested in accordance with the relevant IS Code. IS:456-2000 and
as per CPWD specification.
(ii) The Contractor shall make its own arrangements for storing of water. Care shall
be taken to ensure that water is not contaminated anyway.
(iii) For RMC concrete, quality of water shall be got tested at concrete producing
plant at every 2months intervals from the reputed laboratory approved by Engineer
in charge, If required the water treatment plant shall be installed at RMC producing
plant for which no extra cost shall be paid by department.

c. Cement: -
Cement arranged by the contractor will be OPC (in bags) conforming per the
additional condition for cement attached with tender documents.

d. Admixture: -
The admixture shall be as per relevant BIS code and as per CPWD specification.

The contractor shall not be paid anything extra for admixture required for achieving
desired workability without any change in specified water cement ratio for RCC /
PCC work.

3.2.12 Additional Conditions and Particular Specifications:


The RCC work shall be done with RMC of Design Mix Concrete. The Ready Mix Concrete shall be
as per IS: 4926 and as per CPWD Specification and guide lines. The Design Mix Concrete will be
designed based on the principles given in IS: 456, 0262 and SP 23. The contractor shall carry out
design mixes for each class of concrete indicating that the concrete ingredients and proportions
will result in concrete mix meeting requirements specified. The cement shall be actually weighed
as presumption of each bag having 50 kg shall not be allowed. In case of use of admixture, the
mix shall be designed with these ingredients as well. The specification mentioned herein below
shall be followed for Design Mix Concrete.

Contractor PMC Client


3.2.13 Grade of Concrete: -
The characteristic compressive strength of various grades of concrete shall be given as
below:

Specified
Compressive Minimum
characteristic Maximum
Sr. Strength on 15cm cement
Grade compressive Water cement
No cubes min 7days content* (Kg
strength at 28days ratio
(N/mm2) per cum)
(N/mm2)
(i) M-25 As per Design 25 330 0.45

(ii) M-30 As per Design 30 340 0.45

(iii) M-35 As per Design 35 350 0.45

(iv) M-40 As per Design 40 360 0.45

(iv) M-45 As per Design 45 370 0.45

The Concrete mix will be designed for minimum workability as specified in para 7 of IS-456-2000

3.2.14 Workability of Concrete (Unless otherwise specified elsewhere or as decided by Engineer


in charge):

Degree of
Placing Conditions Slump (mm)
Workability
(1) (2) (3)
Lightly reinforced sections in slabs, beams, walls,
Low 25-75
columns
Heavily reinforced section in slabs, beams, walls,
Medium 50-100
columns.
Pumped concrete Medium 75-100

The recommended values of slump for various members to confirm IS 456


In the designation of concrete mix letter M refers to the mix and the number to the specified
characteristic compressive strength of 15 cm - Cube at 28 days expressed in N/mm2.

3.2.15 Approval of Design Mix:


The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck = Fck + 1.65s

Where Fck = Characteristic Compressive Strength at 28 days


s = Standard deviation which depends on degree of quality control.

The degree of quality control for this work is “good” for which the standard deviation(s) obtained
for different grades of concrete shall be as per IS relevant IS Standards/Codes.

Out of the six specimen of each set, three shall be tested at seven days and remaining three at 28
days. The preliminary tests at seven days are intended only to indicate the strength to be attained
at 28 days.

Contractor PMC Client


3.2.16 Charges for Design Mix:
All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the contractor.

3.2.17 Production of Concrete:


The concrete shall be RMC .produced in a central batching and mixing plant with, computerized
printing for contents and admixture dosage. The batching plant shall be fully automatic. Automatic
batcher shall be charged by devices which, when actuated by a Single starter switch will
automatically start the weighing operation of each material and stop automatically, when the
designated weight of each material has been reached. The batching plant shall have automatic
arrangement for dispensing the admixture and shall also be capable of discharging water in more
than one stage. A print out from the batching plant for every lot shall be submitted.

The batching equipment shall be capable of determining and controlling the prescribed amounts of
various constituent materials for concrete accurately i.e. water, cement, sand, individual size of
coarse aggregates etc. The accuracy of the measuring devices shall fall within the following limits.

Measurement of Cement ± 1% of the quantity of cement in each batch

Measurement of Water ± 2% of the quantity of water in each batch

Measurement of Aggregate ± 2% of the quantity of aggregate in each batch

Measurement of Admixture ± 2% of the quantity of admixture in each batch

3.2.18 Mixing Concrete:


The mixer in the batching plant shall be so arranged that mixing action in the mixers can be
observed from the operator’s station. The mixer shall be equipped with a mechanically or
electrically operated timing, signalling and metering device which will indicate and assure
completion of the required mixing period. The mixer shall have all other components as specified
in IS: 4925.

3.2.19 Transportation, Placing and Compaction of Concrete:


Mixed concrete from the batching plant shall be transported to the point of placement by transit
mixers or through concrete pumps or steel closed bottom buckets capable of carrying 6 cum
concrete. In case the concrete is proposed to be transported by transit mixer, the mixer speed
shall not be less than 4 rev/min. of the drum nor greater than a speed resulting in a peripheral
velocity of the drum as 70 m / minute at its largest diameter. The agitating speed of the agitator
shall be not less than 2 rev / min. nor more than 6 rev / min. of the drum. The number of
revolutions of the mixing drum or blades at mixing speed shall be between 70 to 100
revolutions for a uniform mix, after all ingredients, have been charged into the drum. Unless
tempering water is added, all rotation after 100 revolutions shall be at agitating speed of 2 to 6 rev
/ min. and the number of such rotations shall not exceed 250. The general construction of transit
mixer and other requirements shall conform to IS: 5892. Time & transportation of RML from plant
to site (upto placing / laid in position) shall be less than 2 hours.

In case concrete is to be transported by pumping, the conduit shall be primed by pumping a batch
of mortar / thick cement slurry through the line to lubricate it. Once the pumping is started, it shall
not be interrupted (if at all possible) as concrete standing idle in the line is liable to cause a plug.

Contractor PMC Client


The operator shall ensure that some concrete is always there in the pump-receiving hopper during
operation. The lines shall always be maintained clean and shall be free of dents.

Materials for pumped concrete shall be batched consistently and uniformly. Maximum size of
aggregate shall not exceed one-third of the internal diameter of the pipe. Grading of aggregate
shall be continuous and shall have sufficient ultra fine materials (materials finer than 0.25mm).
Proportion of fine aggregates passing through 0.25mm shall be between15 & 30% and that
passing through 0.125 mm sieve shall not be less than 5% of the total volume of aggregate. When
pumping long distances and through hot weather, set-retarding admixtures may be used.
Admixtures to improve workability can be added. Suitability of concrete shall be through pumping
shall be verified by trial mixes and by performing pumping tests.

3.2.20 Preparation of Mixes as per approved design mix and conducting confirmatory test at field
lab:
The contractor shall make the cubes of trial mixes as per approved Mix design at site laboratory
for all grades, in presence of Engineer in charge using sample of approved materials proposed to
be used in the work prior to commencement of concreting and get them tested in his presence to
his entire satisfaction for 7 days and 28 days. Test cubes shall be taken from trial mixes as
follows.

For each mix, a set of six cubes shall be made from each of the three consecutive batches. Three
cubes from each set of six shall be tested at age of 7 days and remaining three cubes at age of 28
days. The cubes shall be made, cured, transported and tested strictly in accordance with
specifications. The average strength of nine cubes at age of 28 days shall exceed the specified
target mean strength for which design mix has been approved , the evaluation of test results will
be done as per IS : 456-2000.

3.2.21 Work Strength Test:


TEST SPECIMEN
Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each test
shall be conducted on six specimens, three of which shall be tested at 7 days and remaining three
at 28 days. Additional samples shall be prepared, if required, as per direction of Engineer in
charge for testing samples cured by accelerated method as described in IS: 9103.

TEST RESULTS OF SAMPLE


The test results of the sample shall be the average of the strength of three specimens. The
individual variation shall not be more than +/- 15% of the average. If more, the test results of the
sample are invalid. 90% of the total tests shall be done at the laboratory established at site by the
contractor and remaining 10% in the laboratory of Government Engineering colleges, or in any
other approved laboratory as directed by the Engineer-in-charge.

STANDARD FOR ACCEPTANCE


Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.
In order to keep the floor finish as per direction of Engineer-in-charge and as per Architectural
drawings and to provide required thickness of the flooring as per specification, the level of
top surface of RCC shall be accordingly adjusted at the time of its centering, shuttering and
casting for which nothing extra shall be paid to the contractor.

Contractor PMC Client


Ultrasonic Pulse Velocity Method of Test for RCC
The underlying principle of assessing the quality of concrete is that comparatively higher velocities
are obtained when the quality of concrete in terms of density, homogeneity and uniformly is good.
The consistency of the concrete as regards its general quality gets established. In case of poorer
quality lower velocities are obtained. If there are cracks, voids or flaws inside the concrete which
come in the way of transmission of pulse, lower velocities are obtained.

The quality of concrete in terms of uniformity, incidence or absence of internal flaws, cracks and
segregation etc. indicative of the level of workmanship employed, can thus be assessed using the
guidance given in table below, which have been evolved for characterizing the quality concrete in
structure in term of the ultrasonic pulse velocity.

3.2.22 Velocity criterion for Concrete Quality Grading:

Pulse velocity by Cross Probing


Sr. No. Concrete Quality Grading
(km/sec)
1 Above 4.5 Excellent
2 4.5 to3.5 Good
3 3.5 to3.0 Medium
4 Below3.0 Doubtful

Note: In Case of “doubtful” quality it may be necessary to carry further tests.

Pulse velocity method of test of concrete is to be conducted for CPWD works as a routine test.
The acceptance criteria as per the above table will be applicable which is as per IS 13311 (part-1):
1992. From the above “Good” and “Excellent” grading are acceptable and below these grading the
concrete will not be acceptable.

5% of the total number of RCC members in each category i.e. beam, column, slab and footing
may be tested by UPV test method for establishing quality of concrete. It is suggested that test be
conducted on RCC beam near joint with column, on RCC column near joint with beam, in RCC
footings and rafts. On RCC rafts a suitable grid can be worked out for determining number of
tests. In addition doubtful areas such as honeycombed locations, locations, where continuous
seepage is observed, construction joints and visible loose pockets will also be tested.

The test results are to be examined in view of the above acceptance criteria “Good” and
“Excellent” and wherever concrete is found with less than required quality as per acceptance
criteria, repairs to concrete will be made. Honeycombed areas and loose pockets will be repaired
by grouting using Portland Cement Mortar/Polymer Modified Cement Mortar /Epoxy Mortar, etc.
after chipping loose concrete inappropriate manner. In areas where concrete is found below
acceptance criteria and defects are not apparently visible on surface ,injecting approved grout in
appropriate proportion using epoxy grout / acrylic Polymer modified cements slurry made with
shrinkage compensating cement / plain cement slurry etc. will be resorted to for repairs.(refer
relevant chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC Buildings).Repair
to concrete will be done till satisfactory results are obtained as per the acceptance criteria by
retesting of the repaired area. If satisfactory results are not obtained dismantling and relaying of
concrete will be done.

Contractor PMC Client


TOLERANCES
As per CPWD specifications
In case of rejection of concrete on account of unacceptable compressive strength, governed by
para ‘Standard of Acceptance’ as above, the work for which samples have failed shall be redone
at the cost of contractors. However, the Engineer in charge may order for additional tests (like
cutting cores, ultrasonic pulse velocity test, load test on structure or part of structure etc.) to be
carried out at the cost of contractor to ascertain if the portion of structure wherein concrete
represented by the sample has been used, can be retained on the basis of results of individual or
combination of these tests.

The contractor shall take remedial measures necessary to retain the structure as approved by the
Engineer in charge.

As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12 to
20mm or as required, lower than general floors shuttering should be adjusted accordingly. The
landing level of mumty / staircase cabin shall be kept one riser level higher than adjoining slab
level so as to accommodate water proofing treatment over terrace slab. In case of kitchen slab
the portion of floor trap below kitchen platform is kept at lower level as per drawings.

For the execution of centering and shuttering, the contractor shall use propriety “Reebole”
chemical mould release agent of FOSROC or equivalent as shuttering oil as approved by
Engineer-in-charge.

3.3 Post- tensioning work:


The Work to be carried out with specialized agencies approved by Engineer in Charge.

Before taking up the work, the contractor shall submit, shop drawings and method statement for
the whole of the pre-stressed system for approval of the Engineer-in-Charge. The system
proposed by the contractor shall be a proven system and the Engineer- in-Charge (whose
decision shall be final) shall determine the acceptability of any system.

For post-tensioned work, the Contractor’s proposal shall include the type, composition and
number of strands, type of sheathing, anchorage devices and associated reinforcement, stages of
stressing and any other relevant information.

During the construction, the Contractor shall maintain such records and perform or arrange to
perform such tests as the Engineer-in-Charge may deem necessarily to ensure compliance with
the various provisions in this specification.
The tenderer shall do all repair of all cracks due to shrinkage, insufficient curing, settlement
cracks, temperature movements or cracks due to pre stressing.

3.3.1 Determination of pre-stressed concrete strength at transfer:


In addition to the minimum number of test cubes specified in “concrete specification” the Engineer-
in-Charge may require nominal 150mm cubes to be made for the purpose of determining the
concrete strength at transfer. These Cubes shall be stored under the same conditions as the
concrete they represent and which has been cast in the works. The Post – Tensioning (stressing)
to be carried out after concrete attain strength of 25N/mm2.

Contractor PMC Client


3.3.2 Placing concrete in pre-stressed concrete work:
Concrete in one member panel shall be placed in one operation continuously without interruption.
The contractor shall provide such protective cover as and when necessary to avoid stoppage due
to sudden rain.

For post-tensioned construction, temporary openings shall be provided in the formwork wherever
necessary to enable placing and adequate compaction of concrete especially around and
underneath sheathing and anchorage. Care shall be taken to avoid damaging the sheathing.

Vibrators shall not come into direct contact with the sheathing in the case of post tensioned work.
If the sheathing is damaged during concreting the Engineer-in-Charge may reject the whole or a
portion of the concrete cast. Sheathing shall be cleaned out within half an hour of completion of
each concreting operation

3.3.3 High Tensile Steel:


H.T. steel to be used in all pre stressing work and shall confirm to relevant I.S. Specification. Each
consignment or batch of H.T. steel supplied at site shall be accompanied by the manufacturer’s
test certificate.
If so, desired by the engineer additional tests on samples of steel taken from the site consignment
shall be carried out by the contractors at an approved laboratory and at contractor’s own cost and
the Engineer or his representative shall be given necessary facilities to witness such tests.

The wire shall be stored in weather proof sheds on damp proof platforms at least 300 mm above
ground level to avoid contamination with soil, ground water etc.

The H.T. Steel before being incorporated in the works shall be free from loose rust, scales, grease
and similar other deleterious matter liable to adversely affect its bond with concrete/ grout. It shall
also be free of kinks, notches and other mechanical defects liable to adversely affect its strength.

H.T. Steel shall be supplied in strength straight length or in large diameter coil to lay out straight.

H.T. Strands Technical Details


Nominal Diameter 12.7mm or as per design
Nominal Area 98.7mm2
Nominal Weight 0.785kg/m
Min Ultimate Strength 1860 N/mm2
Modulus of Elasticity 195 KN/mm2
Min Braking load per Strand 196KN
Relaxation, low 2.5% at 0.70 UTS
Temporary corrosion Protection Snell Dromus BX or equivalent
Identification Metal Tag for each coil
Certificates Mill Certificate for each
Strand quality in Accordance with IS 14268
Material standard and workmanship IS 456-2000, IS800-1984, IS1786
Methodology accordance with IS1343 (FIRST REVISION),
IS-3414, BS-8110:1997, BS-8007

Plain and reinforced concrete-code of practice American standard ACI 318

Contractor PMC Client


3.3.4 Tools and Tackles:
The contractor shall also arrange his own stressing jacks, pumps. Sheathing and such other
appurtenances as are necessary for the workmanlike execution of the work and as are prescribed
by the makers of the respective system. The contractor is bound to supply the Engineer all the
pertinent information for the pre-stressing system adopted by him. However to accept or reject any
system of pre-stressing, the sufficiency of other precaution etc. lies with the Engineer and his
decision shall be final and binding.

3.3.5 Mono Strand or Multy Strands Jacks:


This is a twin or single ram jack which shall be used for stressing at the stressing anchorages. It is
equipped with a chair appropriate for the particular opening.

The jack is suitable also for short clearance spaces (block- out). For stressing the minimum space
requirement with full stroke of piston extended is 1000mm.

3.3.6 Mixer:
The mixers are specially designed for the purpose of mixing and agitating the grout and carrying
out the grouting operation in single unit requirement they enable the grout constituents to be
metered accurately and an absolutely homogeneous mixer passes to the pump. The
recommended pressure to be maintained on complete grouted tendon with a lock-off nozzle is at 3
to 5 bars.

3.3.7 Sheathing:
In case of post tensioned pre-stressed work all tendons shall be properly encased in galvanized
metal sheathing of proper diameter till the final stressing of the tendon is done. The sheathing
shall be strong enough to bear the cable weight or any other incidental loads and impact applied
during construction. It should also be flexible enough to adopt smooth curvature of the tendons.

The strength and the connection of the same with anchorage other pieces of sheathing shall be
leakage-tight in order to avoid ingress of cement slurry inside the duct during concreting and
leakage of grout during grouting. Suitable acceptance test for achieving the same may be called
for the Engineer. The thickness of metal strip forming sheathing shall not be less than 0.24mm for
sheathing up to 48mm I.D. and 0.30mm for sheathing unto 60mm I.D. Higher thickness may be
specified for larger diameter. The density of galvanizing shall not be less than 35 gm/m 2 on each
surface.

3.3.8 Anchorages:
The anchoring device shall be such as to hold the pre-stressing tendons firmly and permanently
and be strong enough to resist in all respects, force equal at least 92% of bearing strength of the
pre-stressing element in anchors. The minimum elongation of wires when tested for above should
not be less than 1.8%. The anchorage shall transfer effectively and distribute evenly the entire
force from the pre-stressing tendons to the concrete without including dangerous secondary
stresses. The anchorage shall be adequately protected against damage and corrosion by
encasing them in concrete.

Contractor PMC Client


The maximum permissible slip or take-up during the seating of anchorage shall be specified by the
manufacturer and this shall form part of performance specification for the anchorages accepted for
the work. This slip shall not exceed during the actual execution of work.

Corrosion of the gripping and anchoring system wedges and anchor head is prevented by oil and
grease for the wedges and wedge holes of the anchor heads.

Oil or grease or other corrosion protection agents are non-aggressive and non-degrading. Light
corrosion on the other anchorage parts (bearing plats, casting heads etc.) is permissible.

In post tensioning systems for bonded tendons the following anchorages are available.

Stressing Anchorage
Dead End Anchorage

Stressing Anchorage:
At this anchorage the strands are stressed, anchored and the tendon forces transferred to
concrete.

Dead End Anchorage:


The principal feature of this anchorage is the bulb shape end formed on each strand by
splaying out the individual wires. The force is transmitted into the concrete by bearing at
the bulbs and bond in the exposed length of the strands.

3.3.9 Tendons:
The strands shall be continuous over the entire length of tendon and joint shall not be permitted.
The tendon shall be carefully and accurately located in the exact position and profile and the
method of fixing them shall be such that they are not displaced during placing or compaction of
concrete and during tensioning (stressing). Type of fixture used for positioning of tendons shall be
such as not to give rise to friction greater than prescribed codal limits. The fixtures and the entire
scheme of positioning tendons will be dully approved by Engineering-Charge.

3.3.10 Stressing:
After the concrete has reached the required strength as well as has achieved prescribed age,
stressing operation may be undertaken. The pre-stressing job shall be done under supervision of
an experienced supervisor approved by the Engineer and in the presence of an authorized
representative of an engineer. The force in tendon shall be measured by means of calibrated and
approved pressure gauges attached to the tensioning apparatus as well as by measuring the 5%
either for force or elongation will be normally accepted. Variations beyond the limits shall be
reported to the Engineer. Also all theoretical expected elongations for each strand should be
submitted to client RCC consultant during the time of design calculations approval.

The instruction entered on drawing shall be carefully followed. The contractor shall forward 3
copies of the entire stressing and elongation data to the Engineer in prescribed form. The data so
forwarded will bear signatures, both of representatives of Engineer and the contractor’s supervisor
present during stressing. The data shall be true and faithful record actual measurements at site.

Contractor PMC Client


All stressing results should be approved from client RCC consultants before cut-off
strands.

All the equipment’s such as dial gauges etc. will be checked periodically and check certificates
obtained for record.

3.3.11 Grouting:
All the tendons will be fully grouted as early as practicable as and not later than 2 weeks after they
are finally stressed unless otherwise permitted by the Engineer.

The grouting holes shall be left in concrete at such places and in such manner as directed by
Engineer. The cable ducts will be first cleansed by passing compressed air through them in order
to see than no obstructions to passage of grout exist. The grout shall be made to the consistency
of thick paste with water-cement ratio not exceeding 0.60 %. After flushing the

Re-grouting will be done to fill up the space formed as a result of settlement of grout after min 24
Hrs.
Grout consists of:-
Ordinary Portland cement in 50 kg bags
Portable water
Grout additive type FOSROC-CEBEX 100 or
equivalent
Water / Cement ratio 0.35-0.43
Additive / Cement ratio 0.5% -1% by weight of cement
Bleeding Max 2% after 3 Hrs
Max 4% at any time
Water to be absorbed after 24 Hrs.
Compressive Strength Min 17 N/mm2 at 7 days
Min 30 N/mm2 at 28 days
Mixing Time Min 3 minutes

3.3.12 General working procedures:


Sequence of work should adhere to the following guidelines:
a. Place bottom layer of rebars in slab and beam.
b. Lay post –tensioning tendons to correct profiles.
c. Place top layer of rebar in slabs and beams.

For edge beams where tendons are anchored open links be used. Top longitudinal rebars and
closing links are to be placed after tendons are installed.

It is of paramount importance that the main Contractor and the Owners authorized representative
shall ensure that the placement of rebars do not interfere with tendon Profiling.

Should there any conflict, Priority should be given to correct tendon placement.

Contractor PMC Client


3.3.13 Placement Procedure of tendons:
The tendons are usually assembled on site. The procedure is as follows:
a. Positioning and fixing of block-outs for stressing anchorages to the edge formwork or
construction joint formwork.
b. Cut hole to the edge formwork for each anchorage to accommodate protruding strands
(by main contractor).
c. Place tendon according to tendon layout.
d. Fabrication of dead-end anchorages.
e. Lay tendons to correct profile with support bars and chairs.

Important
All tendon profiles shall be measured from formwork level.
 Do not damage duct with tie bars or formwork.
 Avoid stepping on duct placed.
 Check visually the axis of ducts placed and fixation at support before concreting.
 Repair any damage with tapes.
 Pour concrete carefully and avoid any damage of duct and profile by vibrator.

Tolerance of tendon profile is recommended as follows:


 Slab tendon vertical ±5mm( at lowest and highest points)
 The horizontal ±150mm (to avoid small M and E openings or other obstructions, if
necessary)

If the above tolerance exceeds the design engineer should consulted


All tendon profile shall be measured from formwork
Pre-stressed concrete cables will be laid such that their profile is a smooth curve unless
otherwise specified.

The alignment tolerances shall be as under:


Member with depth of Tolerance in direction of depth ‘d’ of
Members
up to 210mm + or - d/40
210mm – 1000 mm wide + or - 5mm
More than 1000mm + or - 10mm
Tolerance in direction of width of
Members @ level of tendon
Up to 210mm + or – 5mm
210 – 1000mm wide + or – 10mm
Slabs and beams more than
1000mm wide + or – 21mm

Tendon extensions will be measured up to 1mm accuracy. The total pre-stressing force applied to
a beam shall not vary more than + or – 3% from the design force specified and measured in terms
of the total elongation of all the tendons in that member.
In the case of slabs this variation shall be measured and restricted over a range of five
consecutive tendons.

Contractor PMC Client


3.3.14 Stressing:
Stressing can commence after the concrete has attained minimum individual cube strength of
25N/mm2 or otherwise stated in the drawing, whichever is greater.

Tendons which are stressed at both ends may be stressed from end followed by the other. The
sum of elongation from both ends is then covered with the total theoretical extension.
The stressing Procedures are as follows:

a. Initial stressing to 25% of the total force can commence any time after the concrete has
attained minimum cube strength of 25 N/mm2.
b. A mark is made on the strands after initial stressing.
c. Sequence of stressing at this stage is not important.
d. No elongation measurement is done during real stressing. This is due to a varying degree
of slacks in each strand and therefore, measurements made at this stage would prove
erroneous.
e. Proceed with 100% stressing after the concrete has attained the strength required as
mentioned above.
f. Measurement of elongation then be made (say x mm). As the “datum” mark is from the
previous 25% stressing. The measurement made would only reflect the elongation of the
strand from 25% to 100%.
g. Due to the wedge draw-in upon release of jack pressure, the measurement made in item
(f), i.e. x mm, should include an additional 4-7mm (Approx.)
h. In order to obtain the full elongation of the strands extrapolation of the measurement made
is done as follows :

Actual elongation = (x + 4-7mm) x ------


75%

(0% - 100%) = 1.333 x (x +6mm)

i. For elevated slab construction the stripping of formwork can be carried out after full
stressing of the slab is completed. The intermediate props are to provide at the interval of
2.00 m spacing, if the construction or design load of the proposed next above slab is more
than the completed floor slab. However, the Resident Engineer / Design Engineer
Consultant on site would have to be consulted before any removal of formwork is
performed.
NB: for tendon less than 10m in length theoretical strand elongation is used as a guide rather than
criteria for acceptance.

3.3.15 Cut -off:


After completion of stressing work and approval of stressing records by the authorized
representative / consultant, excess length of strands are to be cut-off by means of a grinding disc
or fibre disc cutter minimum 20mm from the edges.

3.3.16 Tendon Stressing Report:


Stressing result for each tendon shall be recorded during the stressing operation. Copies of
records shall be given to authorized representative or consultants who shall approved or comment
on these records.

Contractor PMC Client


3.3.17 Safety Precautions:
Special precaution shall be taken when working near tendons, which have been tensioned or are
in the process of being tensioned.

Do not stand behind the jack during all stressing conditions

Test reports for steel Tendons for ultimate Tensile Failure strength and elongation .2% proof
stress shall be produced by the vendor for 4 samples for each batch of procurements in 10 days in
advance before taken from the Consultants before execution.

3.3.18 Grouting:
Grouting Material, mixing sequence and Quantities
(a) Water/ Cement Ratio : 0.43
(b) Sika Intra plast NN or Equivalent : 0.4% weight of cement (Additive)
(c) Mixing time : Minimum 3 minutes
(d) Mixing sequence : Water-Cement-Additive

Tests
The following tests shall be carried out to determine the most suitable mixes,
(e) Viscosity (flow-time) : (i.e. trial Mix Purpose only)
(f) Bleeding : (i.e. trial Mix Purpose only)
(g) Compressive strength

Viscosity
(h) Viscosity test will be executed by means of flow cone.
(i) Flow time measured with a stopwatch.
(j) Measurement is carried out directly and 10 minutes after mixing. The flow time should not
exceed max 13 to 14 seconds.

Bleeding
(k) Measurement is carried out in order to determine the effect of the additive.
(l) For bleeding tests, plastic or glass containers are used. Containers must be placed in
horizontal plan.
(m) Fill the container up to approximately 100 mm and measure the exact height.
(n) Bleeding: - shall not exceed 2% after 3 hrs
Shall not exceed 4% at all times
And the water shall be absorbed after 24 hrs.

If the above values cannot be achieved, the grouting formula is to be changed and the test will be
repeated.

Measurement for Compressive Strength of Grout Tubes

(o) 6 samples of cubes of size 100mm*100mm*100mm will be taken and tested for 7 days and
28 days strength. The minimum cube strength should be as below.
7 days : min. 17 N/mm² (3 cubes)
28 days : min. 30 N/mm² (3 cubes)

Contractor PMC Client


Interruption of Grouting Operation In case of an interruption (more than hour) the grout shall be
flushed with water and Compressed air.

Cut-off
After completion of stressing work and approval of stressing records by the authorized
representative / consultant, excess length of strands are to be cut-off by means of a grinding disc
or fibre disc cutter minimum 20 mm from the edges.

Tendon Stressing Report


Stressing result for each tendon shall be recorded during the stressing operation. Copies of
records shall be given to authorized representative or consultants who shall approved or comment
on these records.

Acceptant criterion and Remedial Measures for Different Failures during Stressing and De-
shuttering activity

1) Types of Failures and Standard Procedures:


A) Honeycomb (voids) in Concrete and Casting Head Failure:
In case of failure of tendons occur due to honeycomb in concrete or failure of casting head
then following measures to be adopt at site.
De-shuttering Procedure for PT slab and PT beams.
2) If above failure (A) occurs at single tendon within one column bay then normal de-shuttering
can be adopt no extra remedial measure required for de-shuttering.

3) If same failure (A) occurs in two tendons within one column bay then site can do de-
shuttering but all remaining tendons within same column bay can be stress for 430 bar
pressure instead of 410 bar pressure.

4) If above failure (A) occurs in more than two tendons within one column bay then no need to
hold entire slab de-shuttering but do not de-shutter slab area of full column bay where
failure occur. Hold a de-shuttering still replacement of casting head, fresh concreting and
successful stressing.

5) In case of above failure (A) in PT beam then do not de-shutter PT beam bottom still
replacement of casting head, fresh concreting and successful stressing. Adjacent slab can
be de-shutter if stressing is over successfully.

Procedure for Replacement of Casting Head, Concreting and Stressing

1) If failure (A) occurs then first de-stress all strands and remove old voided concrete behind
casting head by hacking within appropriate area as mark by design engineer.

2) After removal of old voided concrete remove old casting head and fix a new casting head
at same position and do a fresh concreting of same grade with proper needle vibrator to
ensure void free concreting. Also at same time take sufficient number of cubes for concrete
to check required strength.

3) After getting required concrete strength then go for normal stressing procedure.

Contractor PMC Client


4) If successful stressing has done then site in-charge can give note for de-shuttering (if any
de-shuttering area is on hold due to failure.

B) Strand Slip / Strand cut during stressing activity due to failure of bearing plate, Barrel and
Wedge:
In case of failure of tendons occur due to Strand Slip then following measures to be adopted at
site.

De-shuttering Procedure for PT slab and PT beams.

1) If above failure (B) occurs at single tendon within one column bay then normal de-
shuttering can be adopt no extra remedial measure required for de-shuttering.
2) If same failure (B) occurs in two tendons within one column bay then site can do de-
shuttering but all remaining tendons within same column bay can be stress for 430 bar
pressure instead of 410 bar pressure.

3) If above failure (B) occurs in more than two tendons within one column bay then no need to
hold entire slab de-shuttering but do not de-shutter slab area of full column bay where
failure occur. Hold de-shuttering till any special remedial measure to be given by design
engineer.

C) Failure of Dead End due to Honeycomb (voids) in Concrete:


In case of failure of tendons occur due to honeycomb in concrete at dead End then following
measures to be adopted at site.

De-shuttering Procedure for PT slab and PT beams


1) If above failure (C) occurs at single tendon within one column bay then normal de-
shuttering can be adopt no extra remedial measure required for de-shuttering.

2) If same failure (C) occurs in two tendons within one column bay then site can do de-
shuttering but all remaining tendons within same column bay can be stress for 430 bar pressure
instead of 410 bar pressure.
3) If above failure (C) occurs in more than two tendons within one column bay then no need
to hold entire slab de-shuttering but do not de-shutter slab area of full column bay where failure
occur. Hold a de-shuttering still de-stressing of strands, replacement of fresh concreting and
successful stressing.

Procedure for Replacement of Concrete and Stressing


1) If failure (C) occurs then first de-stress all strands and remove old voided concrete at dead
end by hacking within appropriate area as mark by design engineer.

2) After removal of old voided concrete make sure bulking end is ok otherwise redo bulking end
and place a fresh concrete of same grade with proper needle vibrator to ensure void free
concreting. Also at same time take sufficient number of cubes for concrete to check required
strength.

3) After getting required concrete strength then go for normal stressing procedure.

Contractor PMC Client


4) If successful stressing had done then site in-charge can give note for de-shuttering (if any de-
shuttering area is on hold due to failure.)

3.3.19 Scope of work for Post Tensioning Contractor:


1) Submission and approval of detail design calculations and shop drawings for post
tensioning related work from client structural consultant. (PT Design should satisfy all
minimum criterions of deflections, bending moments, shear, stresses and non pre
stressed reinforcement as given by client structural consultant.)

2) Delivery of all post tensioning materials as per specifications mention above.

3) Providing all necessary equipment to carry out the post tensioning works as per
specifications mention above.

4) Mobilization and demobilization of the PT equipment’s, materials, labourers.

5) Providing experience and specialized post tensioning engineers and technicians.

6) Lying, stressing, cut-off strands and grouting of the PT tendons as per the shop drawings
and specifications mention above.
7) Preparation of as built drawings.

8) Demarcation of tendons with Red color paint marking.

9) Principle approval of design and drawings from client structural consultant before award of
the job.

3.3.20 Guarantee for the Post Tensioning Work:


Five years Guarantee bond in prescribed proforma as per the CPWD format shall be submitted
by the contractor which shall also be signed by both the specialized agency and the contractor to
meet their liability / liabilities under the guarantee bond. However, the sole responsibility about
efficiency of post tensioning work shall rest with the building contractor. 5% of amount for post-
tensioning work value shall be retained as Security Deposit and the amount so deducted
would be released after five years from the date of completion of the entire work under the
agreement, if the performance of the treatment is found satisfactory. If any defect is noticed
during the guarantee period, the contractor shall rectify it within 15 days of receipt of intimation of
defects in the work. If the defects pointed out are not attended to within the specified period, the
same will be got done from another agency at the risk and cost of contractor. However this
security deposit can be released in full, if bank Guarantee of equivalent amount for Full 5 (Five)
years is produced and deposited with the department.

The post tensioned structural members should be carried through an approved specialized agency
as per method of working approved by Engineer-in-charge.

However the contractor shall solely be responsible for the satisfactory performance until the expiry
of the above guarantee period.

Contractor PMC Client


The following activity shall be carried out by the contractor:
Design, supply & execution of Post Tensioning works including de coiling the strands, cutting to
the required lengths, supplying and laying of HT strands, sheathing (GI corrugated ducts 80mm x
20 mm 0.30 mm thick) jointing with couplers, and inserting the strands, profiling, fixing live end
anchorages including the supply of stressing anchorages suitable for 5-5 & 5-4 Tendons, grout
vents, making dead end anchorages including flowering the strands, fixing tendon support bars,
supervising the fixing of anti-bursting reinforcement, stressing the cables, end trimming, grouting
the cables with cement and admixtures, with required Plant & Machineries, tools and tackles,
consumables etc., including obtaining approval from client/consultant for design & work, as per
the requirement of Engineer-In charge at site.

3.4 Formwork
Scope:
All the specifications for shuttering shall be as per CPWD Specifications. Centering and shuttering
for all concrete and reinforced concrete wherever required shall be in steel and or BWP grade
plywood treated with preservatives / Film Faced mainly used for concrete purpose to produce a
smooth straight level and sharp profiles shall be used for the works for uniform finish on all
exposed surfaces. Panels to be in largest practicable sizes to reduce the number of joints, Form
material shall have strength adequate to withstand pressure of newly placed concrete. However,
all props, bracings, scaffolding etc., shall be in steel. The entire responsibility of planning, design,
erection and safety of formwork shall lie with the Contractor.

3.4.1 Formwork design shall consider the following:

a) Dimensional tolerance
b) Demountable without shock, disturbance or damage to concrete
c) All construction joints in beams and slabs shall be provided as shown in drawings.
d) Ties shall be provided where required
e) Cambers shall be provided where shown.
f) Props / supports of extra ceiling height shall be specially designed.

3.4.2 Formwork: - Form work shall be placed and removed as per time line provided in CPWD-
specification.

3.5 Expansion Joint Treatment:


General
Seismic / separation joints shall be provided where shown on the drawings and required to make
as per BIS code provisions. The contractor shall ensure that no debris is allowed to enter and be
lodged in seismic and separation joints. Seismic or separation joints shall be provided with
approved system appropriate to the design. Shop drawings to be submitted to Engineer in charge
for approvals before executing the work

Work shall be carried out with specialized agency as per preferred make list. Cost of expansion
Joint accessories both horizontal and vertical is in the scope of this tender.

Treatment to be done to all floor to floor joints, Wall to wall joints, and Roof to Roof Joints.
Expansion joint treatment to be done as approved by Engineer in Charge as per design
requirement

Contractor PMC Client


3.5.1 Guarantee for the Expansion Joint Work
The contractor shall be fully responsible for and shall guarantee proper performance of the entire
expansion joint treatment work inclusive of all elements in the expansion joint.

Five years Guarantee bond in prescribed proforma as per the CPWD format shall be submitted
by the contractor which shall also be signed by both the specialized agency and the contractor to
meet their liability / liabilities under the guarantee bond. However, the sole responsibility about
efficiency of expansion joint work shall rest with the contractor. 5% percent amount of the cost
of expansion joint work shall be retained as Security Deposit and the amount so deducted
would be released after five years from the date of completion of the entire work under the
agreement, if the performance of the treatment is found satisfactory. The cost of expansion
joints for the purpose of retention of security deposit shall be determined by E-in-charge on
prevailing market rate, whose determination and decision shall be final and binding on the
Contractor. If any defect is noticed during the guarantee period, the contractor shall rectify it within
7 days of receipt of intimation of defects in the work. If the defects pointed out are not attended to
within the specified period, the same will be got done from another agency at the risk and cost of
contractor. Further this security deposit can be released in full, if bank Guarantee of equivalent
amount for Full 5 (Five) years is produced and deposited with the Engineer-in-charge.

4.0 Masonry Works


Autoclaved Aerated Concrete Blocks (AAC) of required thickness shall be provided for all types of
Masonry Walls (Single and Cavity Walls) as per BIS code 2185 (part 3) 1984.

The work shall be done in accordance with CPWD specifications Volume - I & II with correction
slips up to the last date of submission of tender documents.

Compressive strength of AAC blocks shall be not less than 5 N/mm2 conforming to IS 2185/1984

Polymer modified adhesive mortar shall be used for construction of masonry walls as per the
approval of Engineer in Charge and manufacture’s instructions

Wherever required RCC Bands of required thickness shall be provided by the contractor in the
masonry walls as a part of scope of work, RCC bands shall be properly anchored in columns for
stability as directed by Engineer in charge.

For Low height Masonry Walls RCC Coping shall be provided of required sizes as per
Architectural Drawings.

4.1 Wherever required and considered by Engineer-in-charge necessary to use FPS bricks
and fly ash bricks, the same shall be used in the work with mortar as per CPWD specification.
These shall also in the bloke of work and tendered amount.

4.2 Thickness of Walls to be as per Architectural Drawings

Contractor PMC Client


5.0 Doors:
Contractor needs to refer architectural drawing, interior drawings, door detail sheets, hardware
schedule and material palette for finish of door attached with tender document for the all types of
door identifications and locations. Accessories for fixing of door frame, doors shall be hilting make
and inclusive in scope of work.

5.1 Door Frames:


Contractor needs to refer architectural drawing, interior drawings, and door detail sheets for door
frames for all types of doors. Door frames shall be fixed with expandable fasteners of HILTI or
equivalent make of specified size with necessary plastic sleeves and galvanized M.S. screws
including drilling holes complete as per the instruction of Engineer in charge. Size of fastener to be
10mm dia x 140mm long

Modular Extruded Aluminum matt anodized door frame shall be fixed with fasteners provided by
the manufacture

5.2 Two Hour Metal / Wooden Fire Door:


The Item should be executed as approved by the Engineer-in charge. Necessary shop drawings
for the doors shall be prepared by the specialized vendor and submitted to Engineer-in-charge for
approval. Fire door shall be 2 hour fire rated and door quality shall be approved by CBRI and the
door should be tested to conform the Performance Criteria as per IS: 3614 and should meet the
requirements of CBRI. Size, thickness, shape and specification of fire doors shall be as per CPWD
specification. Volume-I

5.3 Glazed Doors and Flush Doors:


The contractor needs to refer all architectural drawing, interior drawings, door detail sheets,
hardware schedule and material palette for finish of door attached with tender document for the all
types of door identifications and locations

All Works will be done in accordance with CPWD specifications Volume - I & II with correction
slips up to the last date of submission of tender documents with provision of IS Codes listed in
CPWD specifications shall form a part of this document with all latest codes.

The work includes framed glass doors, frameless glass door, and modular glass shutter door with
stile or without stile, flush doors and all required hardware’s and all finishes all as per drawings
attached. Glass shutters shall be of approved thicknesses as per detail drgs.

5.4 Two hour Fire Rated Glass Doors:


The Item should be executed by a specialized agency. Necessary shop drawings for the glass
partitions shall be prepared by the specialized vendor and submitted to Engineer-in charge for
approval. Only after approval, the specialized vendor goes ahead with procuring and installing the
partitions.
.
Fully glazed steel fire rated double/single leaf door with 120 minutes of integrity and radiation
control and 15 minutes of insulation (EW 120 I 15) fabricated with 1.6mm thick galvanized steel
sheet. The door frames are manufactured from 1.6 mm galvanized steel sheet pressed to form a
profile of 35mm x 60mm on the vertical sides and 50mm x 60mm on the horizontal side. The door
shutter would have a top rail and side rail 60mm x 60mm and a bottom rail of 110mm x 60mm.

Contractor PMC Client


The sections have a special insulating infill. The overall door opening shall be as per drawings and
height of Door shutter shall be as per detail drgs. The test is conducted in IFTS, Bern as per EN
1634-1: 1999.
The glass should be of approved make and to be 120 min fire rated (EW 120) Non Wired
Toughened with a light transmission of 86% and a sound reduction of 37 db. The glass should be
compliant to class 2(B) 2 category of Impact Resistance as per EN 12600. The glass should be
held in its place with the help of 1.6mm GI beading and a special ceramic tape with cross section
of 5mm x 20mm as per the test evidence. The maximum glazing size should be not more than
1044 mm x 2188 mm (w x h) or 2.28sqm in total area which should be clearly mentioned in the
test certificate.
The shutters should be fixed to the frame using SS Ball Bearing Hinges CE marked of size
100mm x 75mm and 3mm thickness of approved make. Beading should be attached using 4mm x
35mm SS screws at a distance of 75mm from the edges and 150mm c/c henceforth.

TESTING / INSPECTION AND GUARANTEE:


During the process of manufacturing the Door by the agency, the contractor shall arrange an
inspection of the factory by the team formed by the Engineer-in-charge within the quoted rate.
After installing the door, the Nominated sub-Contractor shall test the performance of the Door
Frame and Shutter in the presence of the team formed by the Engineer-in-charge. The doors shall
be smoothly operable under all ambient conditions. All control hardware’s and locking devices
shall give fault free performance.

The contractor shall arrange a test for one door with the specified hardware and place the door for
testing in exactly the same way as fixed at site. The team formed by the Engineer-in charge/E-in-C
at random basis will select the door during the process or end of the manufacture and conduct the
test at an approved laboratory in the presence of the representative of E-in-C within the quoted
rate and ensure that the door shall comply with the set out criteria. Provide a Guarantee certificate
and Test certificate for the tested door in an acceptable format in a stamped paper.

GUARANTEE:
The work shall be guaranteed for a period of five years from the date of N.O.C. issued by the Fire
Services Department, Hyderabad or from the date of declaration of work completion. The
contractor shall execute the necessary guarantee bond against any structural defect, faulty
materials, workmanship and defective finish.

If any defect is noticed during the guarantee period, it shall be rectified by the contractor along
with any incidental repairs to structure, flooring, finishing, fixtures and any other related damaged
work within fifteen days of receipt of intimation of such defects in the work. If the defects pointed
out are not attended to with the specified period, the same shall be got done from another agency
at the risk and cost of the contractor and the cost of attending such repairs shall be deducted from
any dues payable to the contractors.

5.5 Door Hardware’s:


Contractor will submit all samples for hardware proposed of all makes to Engineer in charge for
approval of selection of make.

Hardware includes fixings, striker plates, shims, and escutcheons for a complete installation,
whether indicated or not. All hardware’s to be Satin Stainless Steel finish.

Contractor PMC Client


All Hardware’s to be installed as per the instruction of manufactures guideline, copy of same to be
submitted to be Engineer in charge.

6.0 Structure Steel Work:


The scope include designed and built structural steel frame and trusses frame required for project
using structure steel, The staircase railing, spiral staircase, ladders at terrace, closing of ducts etc.
as mentioned in Architectural drawings shall be of stainless steel.

It also include, labour, fabrication, delivery, assembly, erection, lifting, painting / finishing,
supervision and Non-destructive testing of welded steelwork.

All other incidental works not specified herein mentioned but necessary for the satisfactory
completion of the works, shall be deemed to be included.

All the specifications for structural steel works shall be as per CPWD Specifications Volume - I & II
with correction slips up to the last date of submission of tender documents.

The design to be got approved from the Engineer in Charge. Approval of the system by the
Engineer in charge shall in no way relieve the contractor from his responsibility of satisfying the
entire requirements as specified.

6.1 Painting / Finishing for Structural Steel Works:


The entire steel work shall be painted with epoxy paint / powder coating / polyurethane (PU)
coating / polyvinylidene fluoride (PVDF) coating in desired shade and color as per Architectural
drawings or approved by Engineer-in-charge. Required primer work to be done as per approval by
engineer in charge

(i) Powder Coating:


a) The finish to confirm as per AAMA 2604 for external surfaces and internal surfaces.
b) Coating thickness for single coat shall be minimum 50-65 micron with 10 years
warranty.
c) The coatings are to be free of flow lines, streaks, blisters, pin holes, tears, damage &
other surface defects.
d) Pre-treatment eight tank process or on line automatic spray system with oven for drying
after Pre-treatment as per IS: 101-1988 effective temperature and concentration control.

(ii) Polyurethane (PU) coating:


a) Surface Preparation – Blast cleaned to Sa 2.5 confirming to BS EN ISO 8501-1
b) Primer : Zinc Rich Epoxy 75 micron
c) Barrier : Epoxy Mio 125 micron
d) Finish thickness : Polyurethane – 50 Microns

(iii) Epoxy coating / Paint:


a) Finish coat DFT (Dry Film Thickness) - 125 microns to be achieved in one coat.
b) Primer : Zinc Rich Epoxy 75 micron

Contractor PMC Client


(iv) Coating System:
Primer coat must be of epoxy coat for corrosion protection to be applied over abrasive
blasted surface meeting a standard of Sa 2.5 (ISO 8501-1:1988) or SSPC SP-10 near to
white metal blasting.

• Epoxy coating, Volume Solids % of 51 ±2% or above


• Primer shall contain VOC limit not more than 65 g/lit or acceptable to GRIHA Norms
• The primer shall have a DFT (Dry Film Thickness) window of 75 microns to 150 microns
achievable in one coat.
• DFT (Dry Film Thickness) - 125 microns to be achieved in one coat
• The Primer shall meet the GRIHA or LEED v4 Norms
• The primer shall be applied by conventional / airless spray only in shop. Brush shall be
used only in inaccessible areas.
• Application to be carried out by authorized manufacturer applicator

The priming coat shall, except where masked, be completed prior to dispatching from the
workshop. Surfaces encased in concrete shall not be painted.

Each coat shall be applied as specified at an interval that ensures the proper hardening or
curing of the previous coat and provided the specified dry film thickness without detriment
to the surface finish.

7.0 Plastering work:


The work shall be done in accordance with CPWD specifications Volume - I & II with correction
slips up to the last date of submission of tender documents.

Wherever directed by the Engineer in Charge, all joints between concrete frames and masonry in
filling shall be expressed by a groove cut in the plaster. Where grooves are not called for, the
joints between concrete members and masonry in filling shall be covered by plaster mesh strips of
Arpitha or equivalent make shall be used over junctions of concrete and masonry or two dissimilar
materials about 200mm wide fixed with GI wire nails etc. which shall be in position before
plastering. All the exposed edges to be protected with the concealed PVC corner guard of Arpitha
or equivalent make at the time of internal plastering.

7.1 Internal cement mortar plaster:


Internal cement mortar plaster in 1:4 (1cement: 4 fine sand) shall be provided in all wet areas and
other locations as per direction of Engineer-in-charge and finished with 1mm thick Putty to make
surface smooth.

7.2 Premixed formulated Gypsum lightweight Plaster:


All internal walls / masonry work on both sides shall be plastered with 15mm / 12mm thick with
Premixed formulated Gypsum lightweight Plaster confirming to IS – 2547 (part I & II) 1976 on
hacked / uneven surface such as bare brick/ block / RCC work except the wet area and external
surfaces.

Ceiling which is not covered with false ceiling shall be plastered with 6mm thick plaster with white
cement based polymer modified self-curing mortar of approved make as per the direction of
Engineer-In-Charge.

Contractor PMC Client


7.2 External cement mortar plaster:
External 18mm thick cement plaster in two coats under layer 12mm thick cement plaster 1:5 (1
cement : 5 coarse sand) finished with a top layer 6mm thick cement plaster 1:6 (1 cement : 6 fine
sand). Waterproofing compound of approved make shall be admix in external plaster in cement in
proportion recommended by the manufacturers and as directed by Engineer in charge.

8.0 Water Proofing Works:


8.1 General
8.1.1 The Contractor shall be responsible for the water proofing design, proper installation and
performance of waterproofing systems to make the sub grade and superstructure completely
watertight.

8.1.2 The Contractor shall engage a qualified waterproofing specialist sub-contractor, preferably
manufacturer authorized applicator to install or supply & install the waterproofing system, all in
accordance with the manufacturer's recommendations & approved water proofing details.

For the Quality assurance and quality of workmanship, waterproofing specialist applicator should
be proficient in handling and installing water proofing membrane and the applicator shall be
approved by CPWD qualification criteria.

Waterproofing specialist applicator should have the proven track record, technical reliability,
capability and agreement to supply full technical assistance, expert supervision during installation
and performance guarantee. The Contractor shall submit the name of his Specialist waterproofing
contractor (waterproofing applicator) for approval along with work experience certificate of
satisfactorily completion of similar nature of three works each costing not less than 40% of
estimated cost of water proofing work or two works or one work each costing not less then 60% or
80% respectively of estimated cost of water proofing work. The determination of estimated cost of
water proofing work under this item shall be done by the Engineer-in-charge on prevailing market
rates whose decision shall be final in binding on the contractor.

8.1.3 Below-grade structures in contact with earth or water (including foundations, footings, pile
caps, lift pits, water tanks, fuel tanks, all sunken pits, trenches, etc.) shall be protected by a
waterproofing system on all exposed surfaces, of the type complying with Clause. Retaining walls
forming part of an enclosed usable space and in contact with earth and / or water shall similarly be
waterproofed by an approved membrane system.

8.1.4 Shop Drawings


The Contractor shall prepare and submit shop drawings to the engineer in charge for approval.
Comprehensive shop drawings showing all the details and procedures for the relevant parts of the
Works; Waterproofing shop drawings shall incorporate all interface details for all drain types. The
manufacturer's standard application details shall be used only as a guide for the preparation of
shop drawings. The Contractor is deemed to have given due consideration to the particular
requirements of this contract. Where necessary, the Contractor is expected to improve upon the
manufacturer's standard details to suit the project requirements and such amendments shall be
shown in the shop drawings for approval of the Engineer in Charge.

All Waterproofing system to be Green Certified product

Contractor PMC Client


8.1.5.1 Terrace Waterproofing with Insulation System:
1) Insulation: Two components spray PUR foam on the terrace.
The spray PUR foam insulation shall have the following specifications;
Density: 40 kg/m3
Avg. Thickness: 75 mm
Thermal Conductivity (K): 0.023 W/mK
Water Absorption (% vol): < 2.5% (DIN 52428)

2) Membrane System: Solvent free, two component polyurethane based waterproofing


membrane. It is highly reactive and can only be applied by special, two component spray
equipment. The mixed product should have 100% Solids Content as per DIN 53213

Properties of Membrane:
Density : 0.9-1.0 g/cm3
Tensile Strength : > 8-10 N/mm2 (ASTM D412)
Elongation : > 400% (ASTM D412)

The mixed product should have the following features and benefits
1) be fast reacting
2) have high build capability
3) Have fast installation (sets in 30 to 40seconds)
4) Should have high water vapour permeability – low risk of blistering (19.21 g/m2/day as per
BS 3177)
5) Have excellent crack bridging capability (>6mm as per EN 10204)
6) be Root resistant
7) be resistant to puncture
8) be resistant to standing water
9) be thermoset and hence does not soften at elevated temperatures
10) Should remain elastic at low temperatures.

8.1.5.2 Toilet / Balcony / Pantry Area Waterproofing System:


Cement slurry mixed with waterproofing cement compound system as per CPWD specifications
and as per direction of Engineer in Charge.

8.1.6 Protection treatment for Waterproofing System:


(a) All vertical waterproofing membrane treatment to be protected with 1:4 cement mortar (1
cement: 4 fine sand) plaster with approved waterproofing compound admixtures.
(b) All Horizontal membrane system to be protected with M15 grade RMC screed in required
thickness with approved waterproofing compound admixtures and kept broom finished for
finishing the top surface as per Architectural drawings and as directed by Engineer in charge.
(c) Terrace floor to be finished with Heat Resistant Terrace Tiles (300mm x 300mm x 20mm) with
SRI (solar refractive index) > 78, solar reflection > 0.70 and initial emittance > 0.75 on
waterproof and sloped surface of terrace, laid on 20 mm thick cement sand mortar in the ratio
of 1:4 (1 cement : 4 coarse sand) and grouting the joints with mix of white cement & marble
powder in ratio of 1:1, including rubbing and polishing of the surface upto 3 cuts complete,
including providing skirting upto 150mm height along the parapet walls in the same manner.

Contractor PMC Client


9.0 FAÇADE WORKS SPECIFICATIONS
9.1 General
The entire façade elements proposed for the projects include complete, Engineering, Fabrication,
Supply, Installation including testing of materials and performance, quality control, transport,
storage, protection, final cleaning & handover, guaranties & maintenance up to the defects liability
period, inclusive of the façade cleaning system as per the requirement of building facade. The
Contractor is to refer to Architectural and Façade tender drawings for locations and all types of
detail information of the various façade elements mentioned in table below.

9.2 Procedure:
Contractor needs to follow below mentioned procedures and submit to Engineer in charges for
approvals before installations:
a) Preparing shop drawings for all elements of façade.
b) Engineering calculations, structural STAAD, FEM analysis for all products and components
c) Installation methodology.
d) All material approval plans, design submission plan and all material samples
e) Detailed project schedule
f) All process test reports, material test certificates and product guaranties and warranties.
g) Operation and maintenance manuals.
h) Design and performance guaranties.
i) Thermal performance calculation on overall Facade as per ECBC norms
j) Façade Cleaning System

9.3 Standards:
For design, materials, finishes, acoustic performance, air-tightness, smoke isolation & fire
separation, lightning, thermal properties, self-generated noise, sealants, gaskets, welding,
installation, workmanship and performance testing shall comply with all relevant standards like
National Building Code of India, BIS, IS Codes and other related Codes for all elements for façade
works.

9.4 Structural Glazing, Windows, Skylights, Canopy and Glass Railing:


All Types for glazing work to be carried out as per CPWD specifications and according to
standards BIS codes.
The Contractor shall engage a qualified structural glazing specialist as sub-contractor to carry out
the work as per CPWD eligibility criteria and approved by Engineer in charge.

9.4.1 Aluminum extrusions:


Accepted aluminum extrusions and / or sheet of alloy and grades suitable for the structural
requirements and project conditions having required the strength and durability of the alloy and
designated in the relevant Standards. Details including proposed alloy types with supporting
justification data shall be submitted by the contractor for approval.

Minimum wall thickness for the structural members shall be 2.5mm & non-structural member shall
be 1.5mm thick.

Extruded profiles shall be free from die lines, pressure marks, scratches or graphite lines

Solid Aluminum sheet shall be of Alloy 5005 H14 Series

Contractor PMC Client


9.4.2 Finishes to Aluminum:
Material should be of mill finished. Different types of coatings / finishes applicable to Aluminum
shall used as per approval of Architect/Engineer-in-charge.

9.4.3 Welding of Aluminum:


All welding work to be carried out, including detailing of all joints, welding procedures, appearance
and quality of welds, and correction of defective work in accordance with approved samples and
AS 1665 welding of aluminum structures.

Finished welds shall be de-scaled and free of surface and internal cracks, and free of porosity.

9.4.4 EPDM Gasket:


All unexposed weather gaskets shall be of EPDM micro wave cured gaskets confirming BS 4255
and CPWD specification.

9.4.5. Nuts, Bolts, Screws and Fasteners:


All Bolts & Nuts for non-visible area shall be Stainless steel A2 grade (304 Grade) confirming to
BS 6105.

All Bolts & Nuts for Visible area shall be Stainless Steel A4 Grade (316 Grade) confirming to BS
6105

Screws and fasteners threading shall confirm to DIN standard or equivalent.

High Strength Friction Grip Bolts and associated nuts and washers shall comply with BS 4395:
Part 1 unless otherwise specified. Contact surfaces shall be left unpainted or prepared as
otherwise indicated on the shop drawings. HSFG Bolts shall be installed in accordance with BS
4604 using a wax based lubricant and coronet type load indicator washers or as accepted by the
Engineer in charge.

Holding down Bolts and associated nuts and washers shall be galvanized Grade Class 4.6 to
ASTM A307 or BS 4190 and shall be rigidly held in place at the top and bottom by tack welding to
mild steel links before galvanizing.

9.4.6 Cast in Channels & anchor bolts:


The cast in channel of MS hot dip galvanized form as per approved by Engineer in charge with T
bolts of grade 8.8.

Channel shall be installed with polystyrene insets & plastic end caps

Channel Size (Length / Width / Thickness / No of Studs) shall be checked for the most extreme
loading conditions

Cast in channels comprise of Channels, rivets & anchor made of cold rolled steel with hot dip
galvanized of minimum 50 micron complete with polystyrene insets & plastic end cap

The cast in channels need to have European Technical Approval (ETA), i.e. with the CE mark.

Contractor PMC Client


Anchor bolt design loads shall confirm with E 488 - Strength of anchors in concrete and masonry
elements.

9.4.7 Sealants:
Comply with minimum dimensional requirements for edge clearance, edge cover, front clearance,
back clearance, and as required by AS 1288.

Relevant Standard: AAMA CW 13 - Structural sealant glazing systems; (A Design Guide for
Aluminum Curtain Wall).

Sealant manufacture shall be providing testing for adhesion, compatibility & non-staining.

Where sealants are used to seal movement joints, movement capability of sealant shall be
appropriate to expected maximum deflection or movement.
All required accessories recommended by sealant manufacturer, including backing rods, bond
breaker tape details to be submitted for review and acceptance to Engineer in Charge.

Deglazing should be used as method of quality inspection for units which are structurally glazed.

9.4.8 Backer Rods:


Backer rods shall be silicone compatible, non-gassing, non-staining and non-combustible.

They are to be compressed to limits specified by the Manufacturer and shall be located in a
manner which prevents them from dislodging from the rebate that is being sealed.

Backer rods shall not inhibit movement joints from allowing the designed movement of the joint
from occurring.

9.4.9 Setting Block:


Setting blocks shall comply with BS 2571.

Shore Adurometer hardness: 85 +/- 5 when tested in accordance with ASTM D2240.

Compression set (168 hrs.): Not greater than 25% when tested in accordance with ASTM D395.

Setting Block lengths shall be calculated in accordance with BS6262 and shall be not less than
100mm

Setting blocks shall be secured against dislodgement.

Shims used with setting blocks shall be the same material as the setting block

9.4.10 Side Block:


Shore Adurometer hardness: 55 +/- 5 when tested in accordance with ASTM D2240.

Contractor PMC Client


Side blocks are not required where glass is supported along the vertical edges with structural
silicone.

Side blocks of extruded silicone may be accepted for IGUs with silicone edge seals. Neoprene or
EPDM side blocks may be accepted only if recommended by the IGU manufacturer

9.4.11 Pads:
Friction reducing pads shall be provided to separate moving surfaces at all connections subject to
thermal or other movement (Preferred materials include Teflon or Graflon or Herculon).

Pads shall have minimum 3mm thickness, shall sufficiently reduce friction to permit movement,
shall be resistant to wear, shall be positively retained in position (open ended slots are not
acceptable).

Pads shall not be subjected to heat damage from welding or cutting or to excessive pressure from
over-tightening of bolts.

9.4.12 Flashing / Trims / Floor closer:


All required flashings, baffles, trims, capping etc. shall be provided to prevent the entry of water
and weather, and make neat and clean junctions with the base-structure and adjoining work.

Flashing shall be factory fabricated in long lengths where practical, and pre-painted on visible
surfaces.

Where visible, matching materials and finishes shall be provided, include all fixings and sealing.

Corners shall be accurately scribed and mitred. If the flashing is concealed, flashing joints shall be
lapped at least 100mm and sealed.

Where flashings are fitted to pre-formed rebates, co-ordinate cast-in grooves or reglets as
required

Construct weep-holes as required to enable the passage of moisture to the outside of the building.

Lap and seal all flashings by accepted methods.

Internal & External concealed flashings shall be 1.5mm thick. GI Finish

External exposed flashing shall be 3mm thick. Aluminum sheet with PVDF coated matching with
external Aluminum profiles

Internal exposed flashing shall be 2mm thick. Aluminum sheet with powder coated matching with
internal aluminums profiles.

9.4.13 Shims:
Shims where necessary shall be provided up to but not exceeding the limits specified on the
drawings and designed for in the engineering calculations.

Contractor PMC Client


Shims which transfer shear forces shall be steel plates, set in a staggered pattern and fillet welded
to each other and adjacent steel surfaces. Design shims and welds to support the applied loads.

Polypropylene shims may be accepted at static connections where shims transfer only
compressive loads.

9.4.14 Internal Wall Lining, trims to head & Jambs:


Internal lining shall be 12mm thick cement sheet to ISO/TC77/DP8336 and ASTM C1186-2002
(with no asbestos).

The lining shall be supported off galvanized cold formed steel battens, separated from the building
envelope frame to prevent bimetallic corrosion.

The cement sheet and batten frame shall be separated from the building envelope so that in-plane
movements of the building envelope can occur without transferring loads into the cement lining.

The building envelope can, however be used to prevent in/out movement.

Internal trims shall be provided to jambs and ceiling transoms at all floors. These trims are to
provide a uniform surface, with hairline joints

9.4.15 Hardware for openable vents and windows:


All fasteners shall be MS hot dip galvanized.
Facade contractors shall be submit technical catalogue including the test results of each hardware
for approvals to Engineer in charge.
Friction / Casement hinges in SS 316 shall be self-balancing type with provision to hold open up to
150mm.
Locking system for operable vents shall be Ferco Multi-Point Locking System or as approved by
Engineer in charge.
Locking Points shall be calculated based on acceptable vent deflection and stress limits, with a
minimum of 6 locking points with top wedge blocks
Locking system shall be fully concealed within the body of vent frame.
The vents shall be manually opened to a point of full extension (minimum of 45 degree) allowing
the full cross-sectional area of the vent opening to be vented.

9.5 Glass for Structural Glazing / Windows / Railings / Canopy:

Various types of glasses required in the project to compile ASTM (American Society for Testing
and Materials) standards.

Insulating Glass Units (IGU) shall be hermitically sealed

Desiccant: Silica molecular sieve.

Primary Seal: Butyl seal (PIB = Poly IsoButyl)

Secondary seal: Insulating Glass sealant - Two part sealant

Contractor PMC Client


All edges of glass to be arised.

Safety glazing requirement to follow as per standard decided and approved by the consultant of
Engineer-in-charge.

9.6 Tests for Structural Glazing:


The following performance tests are to be conducted on structural glazing system if area of
structural glazing exceeds 1000 Sqm from the certified laboratories approved by Engineer-in-
charge. In addition to general test for structural glazing following test may also be conducted.

(i) Structural Performance Deflection and deformation by static air pressure test (1.5 times
designing wind pressure without any failure) as per ASTME-330-10 testing method for
a range upto 50mm

(ii) Seismic Movement Test (upto 30mm) as per AAMA 501.4-09 testing method for
Qualitative test. Tests to be conducted on site

(iii) Onsite Test for Water Leakage for a pressure range 50kpa to 240 kpa (35psi) upto
2000ml

9.7 Glass Fibre Reinforced Concrete Works:

9.7.1 Glass fibre reinforced concrete Jali / Panels shall of required shape, size, design, pattern,
colour, and shade as approved by Engineer in charge and as per architects design intent.

9.7.2 Thickness of GFRC Jali / Panels shall be as per structure stability, and support pattern as
per approved design requirement.

9.7.3 Material used for GFRC Jali / Panels to be as per CPWD specifications / BIS code. The
glass fibres used shall be of high zirconium content (minimum 16%) alkali resistant glass fibres
specifically designed for use in concrete; with density of 2.7 g/crn3 and length of 1-1/2" to 2", and
concrete Pigment Harmless to concrete strength and set, stable at high temperatures, sunlight
fast, alkali-resistant, not to exceed 10% of amount of cement, and conforming to the requirements
of "Specification for Pigments for Integrally coloured Concrete." Polymer curing admixture, flex
anchors shall also be confirming to ASTM standards.

9.7.4 Steel Framing Galvanized studs and track formed from steel. Light gage steel materials shall
be either painted or galvanized to inhibit corrosion.

9.7.5 QUALITY ASSURANCE


Installer Qualifications: Regularly engaged and experienced in the installation of glass fibre
reinforced concrete or precast concrete units.

9.8 Dry Stone Cladding:


The Stone cladding work shall be got executed by a specialized vendor as approved by the
Engineer-in-charge. Necessary shop drawings for the stone cladding work shall be prepared by
the specialized agency and submitted to Engineer-in-charge for approval. Only after approval from
the Engineer-in-charge, the specialized contractor will go ahead with procuring and installing the

Contractor PMC Client


Stone Cladding Work. The work shall be executed as per CPWD specifications. Approved Stone
for dry stone cladding of shade and colour shall be approved by Engineer in charge.

Stone panels shall be set with individual anchors and scope includes copings, sills, jambs, and
soffits as per the Architectural drawings.

The work of this section includes:


a) All labour, material, equipment transport, handling and services necessary to complete as
shown on the drawings and specified.
b) Including flashing, water proofing membrane, steel support frame.
c) Stain resistance coating of Mix Econoseal plus in two coats shall be applied on all six sides
of stone as per the direction of Engineer in charge. Coating shall be applied before
installation of stone.

Stone cladding shall be supported by a structural steel framework and anchoring system from floor
to floor level including pins, cramps of stainless steel etc. complete. The thickness of the stone
shall be between 30mm to 40mm as approved by Engineer-in-charge. The scope includes cost of
stone, MS frame work with structurally designed other accessories required to hold stone with
approval of Engineer in charge. The work shall be done as per CPWD specification.

9.9 Exterior Perforated / Plain Aluminium Sheet Cladding, False Ceiling and
Horizontal Louvers:

The work of Exterior grade perforated Aluminium Cladding, False Ceiling and Louvers work shall
be got executed by a specialized vendor as approved by the Engineer-in-charge. Necessary shop
drawings for the exterior aluminium cladding shall be prepared by the specialized vendor and
submitted to Engineer-in-charge for approval. Only after approval from the Engineer-in-charge, the
specialized vendor will go ahead with procuring and installing the exterior grade perforated or plain
aluminium sheet cladding, false ceiling and Louvers works.

9.9.1 The Contractor shall be responsible for the detailed engineering design development of
entire work and the provision of all, labour, material, fabrication, assembly, packing, installation,
coordination with adjacent and abutting construction.

Exterior grade perforated and plain aluminium cladding, false ceiling and Louvers extent shown on
Architectural drawings include in the scope of work.

9.9.2 This work shall be got executed through specialized agency. The engagement of specialized
agency shall be as per condition at Sl. No. 7.10 under general requirement of tender will be
followed. Only specialized agency approved by Engineer in charge. In accordance with terms &
condition will be allowed to execute this item/work.

The CPWD specification shall be followed for this work. Testing shall also be conducted as per
specification and as per relevant BIS code.

9.9.3 PVDF Coating for Aluminium


All surfaces exposed to the exterior shall receive PVDF coating or Organic Coating of approved
shade, colour, texture which should match with appearance.

Contractor PMC Client


All exposed interior surfaces shall receive super durable polyester powder coating system
complying with AAMA 2604.

All surfaces to receive sealant shall receive either of the coating systems described above.

Coating application, including quality of base metal and its pre-treatment, primer, intermediate
coat and top coat shall conform to standards and procedures, written or otherwise, of coating
manufacturer, and to AAMA 2604 for the polyester based super durable powder coating system.

Maintain records and samples of entire coating production. Records and samples shall be made
available to engineer in charge at his request.

The finish coating(s) shall be fully opaque. Base metal, pre-treatment and primers shall not be part
of the appearance of the finish.

9.10 Automatic Glass Door:


Premium quality Automatic door of approved make shall be installed as per manufactures
specification and as approved my Engineer in charge, Door to have high-quality glass is fully
customizable for a seamless fit with façades that are common in high-end office buildings. Entire
Door should have warrantees for 5 years and shall be fully transparent glass panels for a prestige
appearance. Drive units located either underneath the door or fixed in the ceiling of the room
underneath the door

9.11 Façade Cleaning System:


The Contractor shall be responsible for the detailed engineering design development of building
façade access unit, testing and the provision of all plant, labour, material, fabrication, assembly,
transportation, installation, coordination with adjacent and abutting construction, and any other
endeavour necessary to provide complete access unit.
The Façade Access Unit should comply with the requirements of governing codes & regulations.
Contractor shall follow the system proposed:
1) Aluminium Alloy C-130 Track with soffit mounted brackets for Space frame level and 6th Floor
refuge balcony area.
2) Aluminium Alloy C-130 Track with face mounted brackets for Terrace level.
3) One set of two man power cradle
4) Scaffolding Tower (12mtr working Height) for Ground floor level up to 3rd floor level

All design and system methodology to be submitted to Engineer in charge for approval

Accessories required: HDU’s, HEX Bolts, and Manual Rollers


Reference image of track two man power cradle Face mounted brackets

Contractor PMC Client


Aluminium Alloy C-130 Track Specifications

Contractor PMC Client


9.12 Performance Guarantee
The Contractor shall furnish performance Guarantee for the entire external façade systems for a
period of 10 Years from the date of completion of work.

Ten years Guarantee bond in prescribed proforma as per the CPWD format shall be submitted
by the contractor which shall be signed by the specialized agency and the contractor to meet their
liabilities under the guarantee bond. However, the sole responsibility about efficiency of entire
external facade work shall rest with the building contractor. Ten % amount of facade work as
explain in para 7.8 particular specification shall be retained as Security Deposit and the
amount so deducted would be released after ten years from the date of completion of the
entire work under the agreement, if the performance of the treatment is found satisfactory.
Amount of entire external façade work shall be determine by Engineer-in-charge at the prevailing
market rates for the purpose of rating 10% amount of entire external façade work. The decision of
Engineer-in-Charge shall be final and binding on the contractor. If any defect is noticed during the
guarantee period, the contractor shall rectify it within 10 days of receipt of intimation of defects in
the work. If the defects pointed out are not attended to within the specified period, the same will be
got done from another agency at the risk and cost of contractor. This security deposit can be
released in full, if bank Guarantee of equivalent amount for Full 10 (Ten) years is produced and
deposited with the department.

Contractor PMC Client


10.0 Interior Finishing Wood Works:
Scope:
Contractor needs to refer all interior drawings, look and feel images, room data sheet and material
palette to identify various items to be carried out in the section and locations.

The contractor shall execute all the items under this section by reputed interior contractor as
approved by Engineer in charge. The contractor shall prepare shop drawings of all interior
finishing items as per the intent of interior look and feel and submit to Engineer in charge for
approvals.

Contractor will submit three samples of each finishing items, furniture’s hardware’s to Engineer in
charge before executing the work for approvals.

The section comprises of following interior finishing items:


1) All types of Wall panelling / boxing work finished in Laminate, Veneer, Fabric and
Lacquered Glass.
2) Planter Boxes
3) Vertical wooden Battens veneer finished.
4) Perforated Wood Works Panelling for Auditorium Acoustical Works
5) Sliding Panels with approved SS hardware for hiding shaft doors.
6) DB Shutters
7) Running Counters
8) Shelves in Veneer and Laminate
9) Low / Full Height and Over Head Storages in Veneer and Laminate as per detail drgs
10) Pantry counter under Storage Unit in Laminate
11) Serving Counter finished in Acrylic Solid Surface in 100 Seater Meeting
12) Café Portal in Acrylic Solid Surfaces
13) Laminate finished Sill in selected areas
14) Reception backdrop in Dry Sand Stone matching to exterior and central part in Flamed /
Honned finished Stone.
15) Pantry Counters in Granite
16) Hand wash Counter of in common toilets Acrylic Solid Surface with inbuilt basin
17) Hand wash Counter of Guest Room and Minister’s Toilet in Italian Marble as per detail
drgs.
18) Toilet Mirrors – Mirror to be extra clear mirror of sizes as per detail drgs.
19) Janitor Counter Storage
20) Lift Jams Architrave in SS 304 grade finished matching to lift door.

All work shall be carried out as per the CPWD specification with all correction slips up to date and
as per the detail interior drawings.

All Veneer to be 4mm thick and quarter cut having 0.6mm flex. All veneer to be finished in zero
matt PU polishing. Veneer to be of approved shade and colour as mentioned in material palette.

All exposed laminate to be 1.5mm thick and balancing laminate to be 0.8mm thick in approved
shade and colour.

Contractor PMC Client


Acrylic Solid surfaces to be 12mm thick of approved make, shade and colour. All joints of solid
surfaces to be fused for seamless surface, work to be carried out with specialised agency.

Acrylic Solid surfaces is, non-porous surfacing material homogeneously composed of ±1/3 acrylic
resin (also known as PolyMethyl MethAcrylate or PMMA), and ± 2/3 natural minerals. These
minerals are composed of Aluminum TriHydrate (ATH) derived from bauxite, an ore from which
aluminium is extracted.

INSTALLATION
Joints:
To minimize material and facilitate installation, corner joints should be made square (butt) rather
than mitred. All joints should be reinforced. The edges to be joined should be straight, smooth and
clean. Corners of a cutout must be rounded to 5 mm radius and edges smoothed, top and bottom,
all around a cutout. L- and U- shaped corners need smooth, 13 mm radius inside corners

Sealants and Adhesives:


Acrylic Solid Surface is compatible with many commercially available caulks and sealants.
However, a specially developed FDA-listed silicone sealant should be used to achieve the best
performance and color match. The base for the counter should be in 19mm marine ply backing or
as mentioned in the detail drgs. Vertical panels should be installed over suitable substrates, most
probably marine-grade plywood. Use "Silicone Sealant" whenever low flame spread is required. In
other cases, light colored elastic polyurethane adhesive or Type I (ANSI A 136.1-1967) elastic
solvent based spread mastic adhesives may also be used. DO NOT USE WATERBASED
ADHESIVES. Install worktops on perimeter framing support (without added substrate) using small
amounts of silicone sealant. When used in accordance with manufacturer’s instructions, it
provides a smooth and inconspicuous joint. Repairs, while sound and fully functional, can be
expected to be slightly visible. Joint Adhesive can also be used to add decorative inlay designs
into horizontal and vertical

Lacquered Glass to be toughened 6mm, 8mm and 10mm thick in approved make, shade and
colour and shall be used for writable surfaces, glass to be stuck with 2mm thick VHP tapes of
approved make and as per instructions of Engineer in charge.

Extra Clear Mirror of 8mm thick of approved make, sizes shall be used for toilet mirrors and
Gym Area. Mirror shall be stuck with 2mm thick mirror mounting tapes of approved make and as
per instructions of Engineer in charge. Necessary framing and frosting work shall be done as per
detail drgs.

Acoustical Perforated Wood work panelling in Auditorium shall be done as per detail drgs
and material specified in material palette. Work shall be inclusive of necessary framing work,
insulation work 50mm thick with 64Kg/cum density of approved make, GI mesh for holding the
insulating and finally perforated wood work panels shall be installed all work shall be done as per
the instructions of Engineer in charge.

All Hand wash counter work including finishing for all common toilets, room toilets shall be done
as per the detail drgs and as per the instructions of Engineer in charge.

Contractor PMC Client


Soft board wrapped with Fabric Panelling work: 12mm thick soft board of approved make shall
be wrapped with approved fabric of size with min 15mm thick foam infill as per the detail drgs.
Note the fabric shall be stretched uniformly along the direction of weave and shall be wrinkle free.
Soft board to be fixed on a backing of 8mm thick Ply as mentioned in the detail drgs.
Rate to be inclusive of all edges to be finished in PVC wall gripper from WALL TRACK make as
per the instructions of Engineer in charge.

Acoustical board wrapped with Fabric Panelling work: 15/18/24mm thick acoustical board as
mentioned in detail drgs and of approved make shall be wrapped with approved fabric of size with
min 15mm thick foam infill as per the detail drgs. Note the fabric shall be stretched uniformly along
the direction of weave and shall be wrinkle free. Acoustical board to be fixed on a backing of 8mm
thick Ply as mentioned in the detail drgs.
Rate to be inclusive of all edges to be finished in PVC wall gripper from WALL TRACK make as
per the instructions of Engineer in charge.

Over Head Storages / below pantry counter storage / Low height drawer storage unit in all Cabins
/ Low Height Storage in Meeting / Full Height Storages: Contractor need to follow all interior detail
drgs room wise for all types of storage units for construction and finishing, SS hardware’s to be
followed as per detail drgs.

Sliding Panels for hiding Shaft door: Contractor need to follow all interior detail drgs room wise for
construction and finishing, SS Sliding hardware’s to be followed as per detail drgs

Ply used for all types of construction work to be of approved thickness as mentioned in detail drgs
and shall be IS 303 grade for other than wet area. In wet Areas IS 710 grade ply to be used.

For any type of framing work following shall be used:


a) Aluminium box sections of approved sizes as per requirement of design to be considered
thickness of section to be 1.7mm.
b) Treated salwood of approved section as per requirement of design to be considered.
c) MS Power coated brackets of required sizes.

Contractor PMC Client


11.0 Flooring and False Ceiling Works:
11.1 Flooring Works:
Various types of flooring, skirting, dado and window sill work shall be carried out by the contractor
referring the floor finishing layouts as per Architectural drawings. Contractor needs to refer room
data sheet / schedule of finishes and material palette attached with tender document.

(i) Contractor will submit all material or finishing samples to Engineer in charge for
approvals before executing the respective job.
(ii) Constractor shall need to protect the finished floor surface during execution of other
activities using Cello or approved equivalent bubble guard of minimum 500 GSM thick
(minimum size 8’ x 4’), fixing the same over floor surface with mastic tape or other
approved adhesive. Removing protective layer during handing over, disposal of all
debris out of site, cleaning the entire covered flooring area as directed by the Engineer-
in-charge.
(iii) All flooring, skirting, dado and window sill works will be done in accordance with CPWD
specifications Volume I & II with correction slips up to the last date of submission of
tender documents. The provision of IS Codes listed in CPWD specifications shall form
a part of this document with all latest codes.
(iv) Pattern for any type of flooring / dado shall be as per detail drawings submitted. The
cost of flooring work is inclusive all material, workmanship, labour, pattern, colour,
style, skirting etc. complete. No extra payment on this ground shall be entertained. The
joints for all flooring to run in a straight line and should follow as mentioned below:
a) For Marble stone flooring and dado: 0mm (Zero mm) joint filled with approved adhesive other
and else specified.
b) For any type Tile / Granite / Kota Stone floor & dado: 1mm (one mm) joint filled with approved
adhesive other and else specified.
c) For any type of tile floor & dado: 3mm spacer joint filled with approved adhesive other and else
specified.

Contractor shall need to protect the finished floor surface during execution of other activities using
Cello or approved equivalent bubble guard of minimum 500 GSM thick (minimum size 8’ x 4’),
fixing the same over floor surface with mastic tape or other approved adhesive. Removing
protective layer during handing over, disposal of all debris out of site, cleaning the entire covered
flooring area as directed by the Engineer in charge.

11.1.1 Vacuum De watering Flooring:


Flooring shall be laid in the basement parking and ramps area with required thickness as per
design requirement to sustain load of vehicle movement and other impact load of mechanical
stack parking system.

Concreting shall of RMC M20 grade. Flooring shall have hard top on the concrete base. Flooring
shall be laid in panels as per the direction of engineer in charge, expansion joint shall be provided
as per requirement. Specification for RMC and cement will remain same as mentioned technical
specifications in contract/RCC sub head.

De-vacuumization shall be done for removing the voids. The whole concrete surface shall be
leveled, compacted by ramming and trowelling. Prepared surface shall be allowed to set.

Contractor PMC Client


Hard top to be prepared as per the specifications with Nito hardener and one part of dry cement,
the heard top shall be provided over concrete base immediately after it is set, compacted and
leveled with a steel trowel. The surface shall be trowelled to bring the hardener coat to a leveled

Surface. Excessive trowelling shall be avoided. After the initial set, further compaction shall be
done by steel trowelling. Final brushing where required (to achieve desired surface finish) shall be
made before the floor top becomes too hard.

Curing shall be done as per CPWD Specifications.

11.1.2 Staircase and Entrance Steps & Risers, Handicap Ramp at Entrance:
Stone for staircase and entrance treads / steps and risers and handicap ramp shall be in one
single piece in approved premium quality as mentioned in material palette and room data sheet
document. All exposed edges of treads shall be chamfered, half or full bull nosing with mirror
polishing should be factory finished and brought to site. All staircases treads or any entry steps to
have three nos. of “V” grooving for anti-slip purpose should be factory finished and brought to site.
(Refer the staircase detail drgs). All polishing work and laying details for stone work shall be as
per CPWD specifications and as directed by Engineer in charge.
Minimum thickness for any type of stone:
For steps / treads - 25mm
For risers – 18mm
Handicap ramp flooring shall be laid in approved pattern as mentioned in Architectural drawings.

11.1.3 PCC Screed and IPS Finishing:


Average 75mm thick PCC Screed in M-20 grade of concrete (RMC) shall be provided by the
contractor at all floor levels below the floor finishing as leveling course. Specification for RMC and
cement will remain same as mentioned technical specifications for concrete and RCC Lying of
concrete work shall be as per CPWD specifications and as directed by Engineer in charge. Top
surface shall be broom finish to take floor finish as per the Architectural drawings.

Contractor needs to apply minimum 15mm thick IPS work in 1:4 cement mortar (1cement: 4fine
sand) with neat cement slurry @ 2.2 kg/sqm for smooth finishing above the PCC screed where the
carpet and Vinyl flooring is proposed as per the direction of Engineer in charge. Curing work to be
done as per CPWD specifications

11.1.4 Window / Glazing Sill:


Stone for window / glazing sill to be in approved premium quality as mentioned in material palette
and room data sheet document. Stone for sill to be minimum 18mm thick and all exposed edges of
sills shall be chamfered, half or full bull nosing with mirror polishing should be factory finished and
brought to site. All polishing work and laying details for stone work shall be as per CPWD
specifications and as directed by Engineer in charge.

11.1.5 Italian Marble Granite Stone Work:


This can be read for Flooring / Skirting / Dado / Cladding works.
Machine cut marble stone / granite stone slabs shall be of thickness not less than 18mm

Color of marble or granite shall be uniform and the slabs free from all defects. The granite and
Marble proposed by the Architect are mentioned in material palette. No change shall be permitted

Contractor PMC Client


and contractor needs to provide minimum three samples of each stone to Engineer in charge for
approval.

Tiles used at site shall be machine-cut. The slabs shall be made from selected stock, which are
hard, sound, homogeneous and dense in texture and free from flaws, angles and edges shall be
true, square, and free from chipping and surface shall be plane. The slabs shall preferably to
machine cut the required dimensions.
In machine-cut tiles, edges shall be protected from any damage in transit. No breakage shall be
permitted. All edges shall be sharp, perfectly rectangular. Edges shall be pencil-rounded and
polished for exposed corners and faces.

Uniformity of size shall generally be maintained for the flags used in any one room. The stone
flags shall be without any soft veins cracks or flows and shall have a uniform color. They shall
have even natural surfaces free from broken flakes on top and shall be true and square to ensure
uniform width of joint. Samples of stone slabs to be used shall be got approved by the Engineer-
in-charge and the slabs to be used shall conform to the approved sample.
The slabs would be cut by Gang saw and the lubricant for cutting will be water only.

Quantities/lots have to be blocked based on the following parameters:


a) Color Consistency
b) Tonal Range
c) Cutting direction (it should be along the length)

Test for stone slabs shall be conducted in accordance of relevant BIS codes / CPWD specification
for stone properties.

For white Italian Marble only Quartz Sand shall be used with removing all metal particles from
sand (necessary methodology to be used from making silica sand free from metal content) and
White cement ratio of 1:4 shall be used for bedding. No tolerance shall be acceptable.

All types of Marble should be treated with chemical solvent based Impregnator which gives
excellent repellence against water and oil based stains on the bottom and edges. One coat of
Impregnator is to be applied on the bottom and edges of the cut to size tiles and applied before
installation.
Stone sealer of approved make which gives excellent repellence against water and oil based
stains is to be applied on top surface of the stone One coat will be applied on the unpolished cut to
size before installation and then the cut to size stones are installed. After the final polish the
second coat of stone sealer will be applied on top side and a buffing done after about 24-36 hours.
No tolerance shall be acceptable.

Lying and cladding of stone work shall be carried out as per CPWD specifications.

Contractor PMC Client


11.1.6 Carpet Tile / Roll Form Flooring:
This work shall be carried out in areas as mentioned in Flooring Layouts. Contractor shall provide
at least three options/samples of carpet for approval No deviation in the same shall be acceptable
unless and otherwise specified. The Carpet selected to meet performance standards from
(AATCC) American Association of Textile Chemists and Colorists, (CPSC) Consumer Product
Safety Commission and (ASTM) American Society for Testing and Materials.

The work to be carried out with specialized installers as per the supplier recommendation and to
be approved by Engineer in charge

11.1.6.1 Warrantee:
1) Contractor will provide warranties by Carpet manufacturer and Trade Contractor as
follows:
a) Wear - Surface wear shall not be more than 10% by weight throughout the life of the
product.
b) Static - Carpet will maintain static generation at less than 2.5 KV at 70 degrees F, and
20% R.H. throughout the life of the product.
c) No delamination throughout the life of the product.
d) No edge ravels throughout the life of the product.
e) No dimensional instability, I.e. shrinkage, curling, and doming which adversely affect
the ability of the tile to lay flat throughout the life of the product (per installation
instructions). See Aachen test.
f) Environmental warranty for recycling.
11.1.6.2 Specifications for Carpet Tiles to be as mentioned below:
Construction of Carpet Tiles: Level Loop, Tufted Cut & Loop Pile Carpet Tile, Multi-level pattern,
Fibre: 6,6 Nylon, Eco Solution Nylon, All nylon fibre shall be branded nylon containing post-
consumer recycled content
Dye Method: 100% solution dyed
Pile Weight: Minimum 712 g/m2
Tufted Yarn weight: Minimum 20oz/m2
Gauge: 1/12
Total Thickness of carpet Tile: 6mm +-0.5mm
Finished Pile Thickness: 3mm +-0.5mm
Density: Minimum 5000oz/cubic yard as determined by ASTM D418
Size of Tile: 500mm x 500mm, 600mm x 600mm or as per size available in selected pattern.
Size of Roll
Primary Backing: Synthetic, GlasBac®, GlasBac®RE & CushionBac™, classicbac®
Warranties: Lifetime commercial
Environmental certification: Green Label Plus certification
Antimicrobial properties (AATCC 174, part II): > 95.0% reduction
Recyclability: 100%
Carpet tiles must be eligible for recycling by the supplying mill or fibre producer to an existing
operational third party certified recycling centre, submit program parameters.

Contractor PMC Client


11.1.6.3 Specifications for Carpet Roll Form / Broadloom to be as mentioned below:
Construction of Carpet Roll Form: Level Loop, Tufted Cut & Loop Pile Carpet Tile, Multi-level
pattern,
Fibre: 6,6 Nylon, Eco Solution Nylon, All nylon fibre shall be branded nylon containing post-
consumer recycled content
Dye Method: 100% solution dyed
Pile Weight: Minimum 712 g/m2
Tufted Yarn weight: Minimum 24oz/m2
Gauge: 1/8
Total Thickness of carpet Tile: 7.11mm +-0.5mm
Finished Pile Thickness: 3mm +-0.5mm
Density: Minimum 5035 oz/cubic yard as determined by ASTM D418
Size: 3.66 meter width or as per size available in selected pattern.
Primary Backing: Synthetic, GlasBac®, GlasBac®RE & CushionBac™, classicbac®
Warranties: Lifetime commercial
Environmental certification: Green Label Plus certification
Capet Tile to have Antimicrobial with broad-spectrum efficacy against bacteria and fungus for the
life of the product (see product specification). Minimizes likelihood of Building Related Illness, Sick
Building Syndrome, and assists in improving Indoor Air Quality
Recyclability: 100%
Carpet tiles must be eligible for recycling by the supplying mill or fibre producer to an existing
operational third party certified recycling centre, submit program parameters.

11.1.6.4 Execution / Installation and Protection of Carpet:-


Carpet should be installed as per manufacture’s instruction and specification with full spread
application of approved pressure sensitive adhesive of CRI green label certified (0 grams VOC) in
the recommended environmental conditions including pre heated before installation complete.
Protect carpet flooring against damage during construction after installation by covering with 3M
make fire retardant protective carpet tapes 4F94 according to the ASTM Test Method, This tape is
thicker polyethylene tape with a very high-tack adhesive system used for temporary protection of
carpets during constructions.
After all work completion and one time Shampooing and before handing over etc. complete as per
direction of Engineer-in-charge.

11.1.7 Vinyl Roll Form Flooring and Coving:


This work shall be carried out in areas as mentioned in flooring Layouts. Contractor needs to
provide at-least three samples for approvals before ordering and installation. The vinyl flooring
should be able to help this facility to achieve points towards LEED™ certification.

(i) Field constructed products will not be accepted. Physical properties of the indoor resilient
athletic surfacing shall conform to the following criteria:
Width - 2meter
Length – 25.9meter approx.
Wear Layer – 2mm
Total Thickness - 6.5mm
Rolling Load - 0.30 (EN 1569 {11/1999})
Surface Finish Effect - ASTM F2772 (80 – 110)
Chemical Resistance – Passed as per ASTM D543

Contractor PMC Client


Static Load Limit - ASTM F970- Load 200Lbs
Fire Rating - ASTM E648 Class 1
Microbial Assays Test - G21 ASTM – Backing
Allergy and Asthma Friendly - Certified Compliant

(ii) Welding rods - Color to blend with the indoor resilient athletic surfacing color or design. All
seams shall be welded to create a monolithic and impermeable surface.

(iii) Adhesive Pasting with Full Spread Application of approved Pressure Sensitive Adhesive /
Water Based / Solvent-Free / Low odour / CRI Green Label Certified (0 Grams VOC) as per
manufactures recommendation.

11.1.8 Raised / False Access Flooring:


This work shall be carried out in areas as mentioned in flooring layouts. Contractor needs to
provide removable raised / false access flooring with system and its components of approved
make for different plenum height with possible height adjustment up to 50mm, comprising of
modular load bearing floor panels supported on G.I. rectangular stinger frame work and G.I.
Pedestal etc. all complete, as per the architectural drawings, as specified and as directed by
Engineer-in-charge.

The access floor shall be factory finished with Anti-static High Pressure laminate with Non Warp
technology up to 1mm thickness for superior adhesion and Surface flatness within 0.75mmThe
work to be carried out with specialized installers as per the supplier recommendation and to be
approved by Engineer in charge and as per the CPWD Specifications Volume I and II with
correction slips up to the last date of submission of tender documents. The provision of IS Codes
listed in CPWD specifications shall form a part of this document with all latest codes.

11.1.9 Kota Stone Work:


This can be read for Flooring / Skirting / Dado / Cladding works.
The work to be carried out in areas as mentioned in flooring layouts, room data sheet and material
palette and as per the CPWD Specifications Volume I and II with correction slips up to the last
date of submission of tender documents. The provision of IS Codes listed in CPWD specifications
shall form a part of this document with all latest codes.

11.1.10 Vitrified / Ceramic Tile Work:


The work shall be carried out in areas as mentioned in flooring layouts, room data sheet and
material palette and as per the CPWD Specifications Volume I and II with correction slips up to the
last date of submission of tender. The tiles shall be confirming to the related BIS codes up to the
latest revisions. The testing shall also be got done from approved labs in accordance with the BIS
codes for the various parameters and as referred.

Contractor to obtain prior approval of Engineer in charge for tiles make, sizes, shade and color as
per Architectural drawings and material palette before bringing it to site. The tiles shall be laid on
the floor with cement based high polymer modified quick set tile adhesive (water based)
conforming to IS: 15477, in average 6 mm thickness, including grouting of joints with pigmented
epoxy grouts. Tiles joints shall be as per the pattern provided in Architectural drawings.

Contractor PMC Client


12.1 False Ceiling Works:
Scope:
Various types of false ceiling work shall be carried out by the contractor referring the false ceiling
layouts as per Architectural drawings. Contractor needs to refer room data sheet / schedule of
finishes and material palette attached with tender document for all type false ceiling.

Contractor will submit minimum three samples of each items proposed in tender document to
Engineer in charge for approvals before executing the respective job.

All false ceiling work shall be executed through the specialized sub-contractor/ vendors. The
engagement of specialized agency/associated agency shall be approved by the Engineer-in-
charge on submission of work experience certificate of that agency

12.2.1 Gypsum False Ceiling:


The False ceiling shall be done with 12.5mm thick tapered edge gypsum plain board conforming
to IS: 2095- Part I for all heights. Contractor needs to provide all types of coves and metal powder
coated shadow profile at the junction of wall and ceiling as per the detail false ceiling drawings
submitted with the NIT. The work to be carried out as per the CPWD Specifications Volume I and
II. IS Codes listed in CPWD specifications shall form a part of this document.

12.2.2 Mineral / Soft Fibre Beveled tegular edged False Ceiling:


The grid (15mm exposed T grid white color), perimeter trims and suspension system to be to be
carried out as per the CPWD Specifications Volume I and II with provision of IS Codes listed in
CPWD specifications shall form a part of this document with all latest codes.

12.2.2.1 Specifications of Tiles for various locations:


a) The tiles shall be of approved texture, design, pattern and should have Humidity Resistance
(RH) of 99%, NRC 0.7, Light Reflectance ≥85%, Thermal Conductivity k = 0.052 - 0.057 w/m K,
Color White, Fire Performance UK Class 0 / Class 1 (BS 476 pt - 6 &7) in size of 600 x 1200 x
20mm with beveled tegular edge, suitable for Green Building application, with Recycled content of
63%.

b) The tiles to be of approved texture, design and pattern and should have Humidity Resistance
(RH) of 99%, NRC 0.5, Light Reflectance ≥85%, Thermal Conductivity k = 0.052 - 0.057 w/m K,
Color White, Fire Performance UK Class 0 / Class 1 (BS 476 pt - 6 &7) in size of 600 x 600 x
16mm with beveled tegular edge, suitable for Green Building application, with Recycled content of
32%.

c) The tiles to be of approved texture, design and pattern and should have Humidity Resistance
(RH) of 95%, NRC 0.9 – 1.0, Color Black, Fire Performance UK Class 0 / Class 1 (BS 476 pt - 6
&7) in size of 600 x 600 x 20mm with beveled tegular edge, suitable for Green Building
application, with Recycled content of 66% GW &74% RW.

The Tile and Grid system used together should carry a 15 year warrantee.

Contractor PMC Client


12.2.2.2 Specifications of metal technical panel between the tiles:
The size of the planks (metal technical panel) shall be 150mm x 1200mm. The tiles should have
Humidity Resistance (RH) of 100%, Light Reflectance > 70%, Colour Global White, Fire
Performance Class 0/Class 1 (BS - 476) in module size of 150mm x 1200mm x (min) 0.5mm thick
hot-dipped galvanised post-coated steel.

The Tile and Grid system used together should carry a 15 year warrantee.

12.2.2.3 Axioms:
This includes perimeter trim (Axiom) of required size including Splice Plate, Trim Tee-bar hanging
clips with material, color, shade etc. and other accessories required to complete false ceiling
items/work shall be the part of contract including all cost.

12.2.3 Calcium Silicate False Ceiling:


The False ceiling shall be done with thickness required as per design Calcium Silicate Board
made with Calcareous & Siliceous materials reinforced with cellulose fiber manufactured through
autoclaving process for all heights. Contractor needs to provide all types of coves and metal
powder coated shadow profile at the junction of wall and ceiling as per the detail false ceiling
drawings submitted with the NIT. The work to be carried out as per the CPWD Specifications
Volume I and II and IS Codes listed in CPWD specifications shall form a part of this document with
all latest codes.

12.2.4 Metal Modular False Ceiling:


The grid (15mm exposed T grid white color), perimeter trims and suspension system to be to be
carried out as per the CPWD Specifications Volume I and II with correction slips up to the last date
of submission of tender documents with provision of IS Codes listed in CPWD specifications shall
form a part of this document with all latest codes.
GI Metal Ceiling Lay in perforated Tegular edge global white colour tiles of size 595mm x 595mm
and 0.5mm thick with 8mm drop; made of GI sheet having galvanizing of 100gms/sqm (both sides
inclusive) and 20% perforation area with 1.8mm dia holes and having NRC (Noise Reduction
Coefficient) of 0.5, electro statically polyester powder coated of thickness 60 microns (minimum),
including factory painted after bending and perforation, and backed with a black Glass fiber
acoustical fleece.

12.2.5 Metal Wooden Finish Linear Baffle False Ceiling:


Aluminum Linear Baffle suspended ceiling shall be of approved make, shade and color as per the
material palette sheet. Panel size to be of 100mm deep x 50mm width using 0.7mm thick, panel
length to be minimum 3000mm, panels to be double baked and roll formed from enamelled
corrosion resistance Aluminium alloy AA 3005 (Al. Mg) for higher strength and good roll forming
characteristics. Panels shall be clipped to a baked enamelled steel carrier of 30mm wide x 47mm
high x 0.5mm thick, Black Colour coated, one leg of the carriers with cut outs to hold the panels in
a module of 150mm. Panel carrier shall be suspended by means of 8mm thick SS threaded rod at
a distance of 1.8 mtr c/c and shall be supported from the true ceiling by necessary anchor
fastener. Spacing between the baffle to be 150mm.

Contractor PMC Client


12.2.6 Wooden Laminate Finish Linear Baffle False Ceiling:
Wooden Linear Baffle suspended ceiling panels shall be made out of 25mm thick ply confirming to
IS 303 BWR grade. Panel size to be of 100mm deep x 50mm width, panel length to be minimum
3000mm, panels to be finished with approved shade and color 1mm thick laminate from all sides.
Panels shall be suspended by means of 8mm thick SS threaded rod at a distance of 1.j2 mtr c/c
with necessary MS powder coated “L” angles and shall be supported from the true ceiling by
necessary anchor fastener. Spacing between the baffle to be 150mm

Contractor shall submit the shop drawing for the same to Engineer in charge for approvals before
the installation of work.
Reference Image for False Ceiling work:

13.0 Internal Partitions:


13.1 Full Height Gypsum Partition:
Contractor needs to refer architectural drawings attached with tender document for the location for
full height 104mm thick gypsum partitions.

All Work to be carried out as per CPWD Specifications Volume I and II with correction slips up to
the last date of submission of tender documents with provision of IS Codes listed in CPWD
specifications shall form a part of this document with all latest codes.

All partition work shall be executed through the specialized sub-contractor / vendors. The
engagement of specialized agency/associated agency shall be approved by the Engineer-in-
charge on submission of work experience certificate of that agency

Brief Specification for construction of partition system as per BOQ shall be followed by the
contractor.

13.2 Modular Single Glass Partition:


Contractor needs to refer architectural drawings attached with tender document for the location for
glass partitions. Work shall be carried out with specialized installer as per manufactures
recommendation and as approved by Engineer in charge. Contractor shall submit shop drawings
to Engineer in charge for approvals before commissing of the work.

13.2.1 All Work shall be carried out with provision of IS Codes listed in CPWD specifications.
13.2.2 Contractor shall provide
a) Protective film on aluminium profiles from factory which will be removed at time of
handover.
b) Protective film on safety film on glass from factory and removal of the film at time of
handover.

Contractor PMC Client


c) 10mm thick Neoprene Rubber at bottom to entire length of partition system.

Brief Specification for construction of partition system mentioned shall be followed by the
contractor.
Metal Frame of approved make all-round the glass shall be of section 105mm wide x 25mm high
made up in extruded aluminum and finished in matt anodized in approved color (refer the detail
drawings for modular glass partition and door) No deviation shall be permissible for change in
section of partition works. Glass panels shall be of required sizes and of 10mm thick clear
toughened glass having polished edges of approved make shall be fixed in the frame with
necessary rubber gaskets. Glass Partition height to be as mentioned in detail drawings, The linear
joints between the glazed panels to be sealed with matt anodized in approved color "I" section as
per the system requirement and fixed with high bonding double – side adhesive tapes from VHB
3M or BOW make. The partition system to include all types of connectors, profiles and
accessories as per requirement of partitioning system finished in matt anodized of approved
shade and color. The partition system to offer sound insulation Minimum 32 dB, All Certificates to
be submitted to the Engineer in charge.

13.3 Gypsum Partition above the Glass Partition:


Contractor needs to refer architectural drawings attached with tender document for the location for
glass partitions. All Work to be carried out as per CPWD Specifications Volume I and II.

Specification for Gypsum partition shall be same as mentioned in section 13.1

Contractor also needs to make an item provision for two skins of 12.5 mm thick tapered edge
gypsum fire resistant board on both sides of GI frame instead of Soundbloc + Duraline where ever
any specific requirement at per site requirement or as instructed by Engineer in charge.

13.4 2hr Fire rated Glass Partition:


The Item should be executed by a specialized agency. Necessary shop drawings for the glass
partitions shall be prepared by the specialized vendor and submitted to Engineer-in charge for
approval.

Fully glazed steel fire rated partition with 120 minutes of integrity and radiation control and 15
minutes of insulation (EW 120 I 15) fabricated with 1.6mm thick galvanized steel sheet. The
frames are manufactured from 1.6mm galvanized steel sheet pressed to form a profile of 50mm x
60mm all-round the glass panel. Height of partition shall be 2700mm from FFL. The test is
conducted in IFTS, Bern as per EN 1634-1: 1999.

The glass should be clear 120 min fire rated (EW 120) Non wired toughened glass with a light
transmission of 86% and a sound reduction of 37 db. The glass should be compliant to class 2 (B)
2 category of Impact Resistance as per EN 12600. The glass should be held in its place with the
help of 1.6mm GI beading and a special ceramic tape with cross section of 5mm x 20mm as per
the test evidence. The maximum glazing size should be not more than 1044 mm x 2188 mm (w x
h) or 2.28 sqmt in total area which should be clearly mentioned in the test certificate.

Contractor PMC Client


14.0 Finishing work:
Contractor needs to refer architectural drawing, detail elevations, sections (both interior and
Architectural related), room data sheet and material palette attached with tender document for the
location and finishing specifications recommended. No deviations in design, pattern, and color
shall be permitted without approval of Engineer-in-charge Contractor shall provide minimum three
samples for each finishing items to Engineer in charge for approvals prior to execute the work.

All types of paint, polish, primer to have low VOC content as per the requirement of LEED
platinum rating. The contractor will need to submit all relevant documents to Engineer in charge
pertaining to the same.

14.1 Premium Acrylic Smooth exterior Paint


This paint shall be done on all exterior building surface, exposed soffits wherever required. The
work shall be carried out as per CPWD specifications Volume I and II.

14.2 Exterior Grade Texture Paint


This paint shall be executed on all exposed surfaces of building like parapet, LMR, Staircase
mumty, O/H tanks, compound wall, other locations, exposed soffits etc. as mentioned in elevation
drawings in three coats of finishing paint, approved texture pattern, with one primer. Shade and
colour of paint and texture pattern shall be as per material palette. The work shall be carried out
as per CPWD specifications Volume I and II.

14.3 Waterproof Cement Paint


This paint shall be executed on all internal surfaces of basements, basement ceiling, all services
rooms walls and ceiling, internal all shafts, lift pits etc. as mentioned in room data sheet and
material palette in at-least two coats of finishing paint, with one primer, one coat of internal putty.
Shade and colour of paint shall be as per material palette. The work shall be carried out as per
CPWD specifications Volume I and II with correction slips up to the last date of submission of
tender documents with provision of IS Codes listed in CPWD specifications shall form a part of this
document with all latest codes.

14.4 Premium Acrylic Smooth interior Paint


This paint shall be executed on all internal areas as mentioned in room data sheet and material
palette and shown in detail interior layouts in at-least three coats of finishing paint, with one
primer, one coat of internal putty. Shade and colour of paint shall be as per material palette. The
work shall be carried out as per CPWD specifications Volume I and II with correction slips up to
the last date of submission of tender documents with provision of IS Codes listed in CPWD
specifications shall form a part of this document with all latest codes.

14.5 PU Polishing to Wood works


This paint shall be executed on all internal wood works like veneer surfaces, any wood panels or
wooden skirting, wooden door leaping Patti, etc. as per the detail interior drawings. PU Polish shall
be zero Matt finish as per the satisfaction of Engineer in charge. The work shall be carried out as
per CPWD specifications Volume I and II with correction slips up to the last date of submission of
tender documents with provision of IS Codes listed in CPWD specifications shall form a part of this
document with all latest codes.
PU Polish to have minimum following requirement:
 Versatility and ease of use

Contractor PMC Client


 Spray, roller, curtain-coater or electrostatic application
 Excellent chemical/physical resistance
 Excellent transparency
 High solid residue (42-65%)
 Formaldehyde-free
 NMP-free
 APEO-free

14.6 Thermoplastic Paint


This paint shall be executed for road marking, parking area demarcation, kerb stone painting,
zebra crossing etc. as per the Architectural drawings. Paint shall be 2.5mm thick (retro-reflective)
of specified shade/ colour using hot thermoplastic material by fully/ semi-automatic thermoplastic
paint as per direction of Engineer-in-charge and accordance with applicable specifications as per
CPWD specifications Volume I and II with correction slips up to the last date of submission of
tender documents with provision of IS Codes listed in CPWD specifications shall form a part of this
document with all latest codes.

14.7 Wall paper:


The item shall be operated on all internal areas as mentioned in room data sheet and material
palette and shown in detail interior layouts. Before the wall paper is installed base preparation like
putty and primer work should be completed. Wall paper should give a seamless finish. Installation
to be done by recommended adhesive and by authorized installer as approved by Engineer in
charge.
Specification for wall paper:
Wall Paper shall have fabric backing, 100% washable, scratch resistance, peel proof, and fire
retardant properties. Shade and color of wall paper to be as per material palette and samples to
be submitted prior of installation and ordering.

14.8 Vinyl Graphics:


The item shall be operated on all internal areas as mentioned in room data sheet and material
palette and shown in detail interior layouts. Before the graphic is installed base preparation like
putty and primer work should be completed. Vinyl graphics should give a seamless finish.
Installation to be done by recommended adhesive and by authorized installer as approved by
Engineer in charge.
Specification:
Vinyl Graphic shall have gloss finish, 0.05mm thick cast vinyl, double-sided Polyethylene coated
paper

TESTING / INSPECTION AND GUARANTEE:


During the process of manufacturing the Door/partition by the agency, the contractor shall arrange
an inspection of the factory by the team formed by the Engineer-in-charge. TA/DA for such visits
shall be borne by department. The team formed by the Engineer-in-charge/E-in-C at random basis
will select the door during the process or end of the manufacture and conduct the test at an
approved laboratory in the presence of the representative of Engineer-in-charge and ensure that
the door shall comply with the set out criteria.
Provide a Guarantee certificate and Test certificate for the tested door in an acceptable format.

Contractor PMC Client


15.0 SANITARY WORKS:
(A) SCOPE OF WORK: - Fixture & installation
15.1 Work under this section shall consist of providing and fixing and installing all sanitary
fixtures, chromium plated fittings and accessories as required as per drawings specified
hereinafter and material pallet.
15.2 Without restricting to the generality of the foregoing the sanitary fixtures & fittings shall
include the following:
a) Sanitary fixtures
b) Chromium plated fittings
c) Stainless steel sinks
d) Accessories e.g. toilet paper holders, coat hook, dispenser etc.
15.3 Whether specifically mentioned or not all fixtures and appliances shall be provided with all
fixing devices, nuts, bolts, screws, hangers as required.
15.4 All exposed pipes within toilets and near fixtures shall be chromium plated brass or
copper unless otherwise specified.

GENERAL REQUIREMENTS:
15.5 All materials, sanitary fixtures and fittings shall be new and of best quality confirming to
CPWD specification and subject to the approval of Engineer in charge. Wherever
particular makes are mentioned, the choice of selection shall remain with the Engineer in
charge.
15.6 All Appliances, fixtures and fittings shall be provided with all such accessories as are
required to complete the item in working condition whether specifically mentioned or not
specifications, and drawings. Accessories shall include proper fixing arrangement,
brackets, nuts, bolts, screws and required connection pieces.
15.7 Fixing screws shall be half round head chromium plated brass screws with C.P. washers
where necessary.
15.8 Porcelain sanitary ware shall be glazed vitreous china of first quality free from warps,
cracks and glazing defects confirming to I.S. 2556.
15.9 Sinks for pantry or kitchen shall be stainless steel or as specified in the Drawings.
15.10 Chromium plated fittings shall be cast brass chromium plated of the best quality approved
by Engineer in charges.
15.11 All Appliances, fittings and fixtures shall be fixed in a neat workmanlike manner true to
level and heights shown on the drawings and in accordance with the manufacturer’s
recommendations. Care shall be taken to fix all inlet and outlet pipes at correct positions
at proper location and height. Faulty locations shall be made good and any damage to the
finished floor, Filing Plaster, Paint, insulation shall be made good by the Contractor at his
own cost.
15.12 Sanitary appliances, subject to the type of appliance and specific requirements, shall be
fixed in accordance with the relevant standards and the following :
a) Contractor shall, during the entire period of installation and afterwards protect the
appliances by providing suitable cover or any other protection so as to absolutely
prevent any damage to the appliances until handing over. (The original protective
wrapping shall be left in position for as long as possible).
b) The appliance shall be fixed in a manner such that it will facilitate subsequent removal if
necessary.

Contractor PMC Client


c) All appliances shall be securely fixed. Manufacturers’ brackets and fixing methods shall
be used wherever possible. Compatible rust- proofed fixings shall be used. Fixing shall
be done in a manner that minimizes noise transmission.
d) Pipe connections shall be made with demountable unions. Pipe work shall not be fixed
in a manner that it supports or partially supports an appliance.
e) Appliances shall be fixed so that water falls to the outlet.
f) Appliances shall be fixed true to level firmly fixed to anchor or supports provided by the
manufacturer and additional anchors or supports where necessary.
15.13 Sizes of Sanitary fixtures given in CPWD specifications or in the Drawings are for
identification with reference to the catalogues of makes considered. Dimensions of similar
models of other makes if allowed will not very more than 2% of dimension and the same
shall be provided and no claim for extra payment shall be entertained nor shall any
payment be deducted on this account.

15.14 Sanitary Fixtures


15.14.1.1 WC, Urinal, partition, was basins, sinks; showers, toilet paper holder, towel rail, hand
drier etc. shall be of premium quality of approved make, as per architect’s drawing,
requirement of space, location complete in all respects. Including accessories, labour,
workmanship etc.
15.14.1.2 Colour shade, shape, size shall be selected and approved by engineer or his
consultant.
15.14.1.3 All appliances, fixtures and fittings shall be tested before and after installation. Water
seals of all appliances shall be tested. The Contractor shall block the ends of waste
and ventilation pipes and shall conduct an air test with a pressure of 38mm water
gauge for minimum of 3 minutes in accordance with BS: 5572.

15.15 Pre-fabricated drains


15.15.1.1 Pre-fabricated drain shall be provided at drop-off locations, entrance to the building,
pedestrian plazas etc.
15.15.1.2 These drains shall be made of Polymer concrete or Polypropylene with integrated
cast iron edge protection and sealable channel groove to EN 1433.
15.15.1.3 The drains shall be as per desired load class for vehicular traffic and fire tender load.
15.15.1.4 Installation and commissioning shall be as per manufacturer’s details.
15.15.1.5 Slope and size shall be as per design.
15.15.1.6 Makes shall be as per list of makes provided

15.16 Grease traps


15.16.1.1 Prefabricated Grease traps shall be provided in the basement. These shall be
used for oil and grease removal of kitchen area wastes.
15.16.2 They shall be made of Polypropylene material and shall be designed for the
appropriate number of meals and users in the cafeteria.
15.16.3 Sizing shall be as per manufacturer’s recommendations.
15.16.4 Treated water outflow shall be sent to the STP to be mixed with other wastes.
15.16.5 Makes shall be as per list of makes provided.

15.17 Fixture and Flow rates


15.17.1 Supplying, installation testing and commissioning of all fixture of given flow rates
as per Green Building requirements including SITC of all accessories, bottle trap, WC pan

Contractor PMC Client


connector etc. Contractor shall apprise the above mentioned vendors of the following flow
rates. Makes and model recommended by competent authority shall be as per drawing:-

S.No. Type of Fixture Flowrate (LPM/LPF)


1. WC Concealed Cistern 3/6 LPF
2. Urinal 2.1 LPF or Less
3. Sensor Faucet 1.5 LPM or Less
4. Health Faucet 1.5 LPM or Less
5. Kitchen Sink 6 LPM or Less
6. Shower 6.75 LPM or Less

(B) SCOPE OF WORK: INTERNAL DRAINAGE


15.18 Internal drainage shall be designed by the contractor and got approved by Engineer in
charge. The contractor has to associate specialized agency. Who shall executed and
designed internal drainage system, the shop drawings layout plans.
15.19 Work under this section shall consist of providing and fixing all labor, materials,
equipment’s and appliances necessary and required to completely install all soil, waste,
vent, rain water pipe and fittings as per relevant BIS code and CPWD specification.
15.20 Without restricting to the generality of the foregoing, the soil, waste, vent, rain water pipe
system shall include the following:-
a) Soil, waste and vent pipes, Vertical and Horizontal and fittings, joints, clamps and
connection to sewer line as shown on the drawings at Ground Floor level.
b) Floor and Urinal traps, Cleanout plugs and inlet fittings.
c) Waste pipe connection from all fixtures e.g. washes basins, sinks, urinals, kitchen
equipment’s and plant room equipment.
d) Rain water pipes & fitting (Terrace Rain Water and Balcony Drain).
e) All pipe fittings exposed or on wall shall be painted with two or more coat of desired
shade and color. All sanitary fittings, hanger where no sunken floor provided.
f) Testing of all pipes as per relevant codes from external labs.

15.21 The scope also include access doors/opening for clean out, accessible for maintenance
i/c MS ladder, platform etc. at suitable locations with primer and paints complete.

16.0 SOIL, WASTE, VENT & RAIN WATER PIPE SYSTEM:


The soil, waste system above ground has to be planned as “Two Stack System” [Double Stack
System] as defined in IS : 5329 having separate pipes for waste for wash basins, showers, bath
tub, kitchen sinks, Floor drains, AHU’s, condensate drain and separate pipe for soil discharge. All
piping work shall be executed as per CPWD specification and shall got tested. All soil waste,
vent, rain water pipes of required diameter as per design shall be hubless centrifugally C.I.
(Span) pipe epoxy coated inside & out side as per IS-15905.

16.1 CI HUB-LESS PIPE :


(i) Soil, waste, vent, anti-siphonage and Rain water pipes, fittings and accessories like
P-traps, bends, wye’s, elbows, Tee’s, swept tee’s etc. shall be of CI Hubless. All
pipes shall be straight and smooth and their inside free from irregular bore, blow
holes, cracks and other manufacturing defects.
(ii) All vertical stack shall be 100 mm away from the wall by providing adjustable
clamps/angle etc whichever required.

Contractor PMC Client


(iii) All indirect water pipes inside toilet from wash basin, Sink, Urinal shall be GI heavy
class.
(iv) CI Hubless Pipes and Fittings shall be conforming to IS: 15905 or EN-877, EN-681-1,
EN13501-1, EN 13823, EN 14366.
(v) All pipes supports and clamps shall be as per specifications and recommendations of
the manufacturer.

(C) SCOPE OF WORK – WATER SUPPLY


16.2 Work under this section consists of providing and fixing, pipes and fittings all labor,
materials equipment and appliances necessary and required to completely for water
supply system (Domestic Water Supply (Internal) + Flushing Water Supply (Internal) as
required as per design and water supply system. The contractor shall submit plan of water
supply distribution system of the building both internal and external in accordance with
relevant BIS Code and duly approved by Engineer in charge.

16.2.1 Without restricting to the generality of the foregoing, the water supply system shall include
the following:-
a) Complete WTP system Piping
b) Hydro-pneumatic supply from Domestic / Flushing/ RO/ Soft Water/ Irrigation Water
UGT to all fixtures/appliances.
c) Thermal insulation to hot water pipes & valves.
d) Connections to all fixtures etc.
e) Ball valve/butterfly valve/Non Return valve/Pressure Reducing Valve/Water Meter.
f) All supports made of galvanized iron.

16.3 All concealed pipes fittings bends for water supply shall be of stainless steel 316L of
required diameter as per drawing & design. The scope includes smooth flow of WS pipes
with equitable & proper distribution of pressure.

16.4 Valves and other appurtenances shall be located as to provide easy accessibility for
operations, maintenance and repairs.
Pipe shall be securely fixed to wall and ceiling by suitable and adjustable clamps at
intervals specified.

16.5 Stainless Steel Pipes: - Domestic, Flushing Water, Soft Water and RO Water running in
shafts, inside toilets, on terrace, in basement and in Pump Room.

16.5.1 Supplying, installing testing and commissioning of Stainless Steel 316L pipes with
properties and dimensions conforming EN 10312, series 2, including all bends, tee, union,
coupling, adaptor, etc. Pipes supplied shall have a smooth outer surface, with external
weld bead removed. Pipes to be supplied with ends capped to prevent ingress of
deleterious material. Pipes shall be horizontally marked:
a) Brand
b) Standard
c) Size – OD x thickness
d) Pipe Fittings Brand : All pipe fittings shall like bends, tees, union, coupling, adaptors
etc. Shall be of stainless steel 316L with press ends and shall be made as per

Contractor PMC Client


relevant code suitable for hot and cold water applications and be capable of
withstanding pressures up to 16 bar.

16.6 GI PIPES: - INCLUDING FITTINGS AND VALVES (SUMP RISERS, Pipes


Running in Trenches, Irrigation Pipe Lines):
(i) All pipes inside the buildings and outside the building shall be galvanized steel tubes
conforming to IS: 1239.
(ii) Fittings shall be of malleable galvanized iron of approved make. Each fitting shall
have manufacturer’s trade mark stamped on it. Fittings for G.I pipes shall include
couplings, bends, tees, reducers, nipples, unions, bushes etc. Fittings etc. shall
conform to IS : 1879. (Part 1 to X) 1987.
(iii) All excavation, trenching, painting, sand filling, pipe protection and pipe installation as
shall be as per CPWD specifications and directions of engineer in charge.

16.7 Reverse Osmosis System


(i) Centralized RO system at appropriate location to be designed & provided. The scope
includes design, supply, installing, fixing of RO system and distribution of treated water at
the location, water points, taps canteen etc. as approved by consultant.
(ii) The capacity of RO system shall be workout and got approved to meet the requirement of
users.
(iii) The treated water for purpose of drinking shall be tested from approved lab at their own
cost at regular intervals as prescribed in the relevant code IS: 10500.
(iv) Work shall be executed as per CPWD specifications including fittings.

16.7.1 Treated water quality at the outlet of RO Plant:

Total Dissolved Solids : < 100 ppm


LIMITING CONDITIONS IN FEED WATER FOR R.O. PLANT OPERATION:
Ph : 7-8 Temperature : 25- 35 C
Turbidity : < 1 NTU SDI : <3
Free Chorine : NIL Iron as Fe : <0.1 ppm
Manganese as Mn : < 0.1 ppm Oil & Grease : < 1 ppm

PROCESS DESCRIPTION
The treatment scheme comprises of pre-treatment and reverse osmosis block. The process
description is as follows:

Pre-Treatment:
Dual Media Filter- The system is provided with a Dual Media Filter. The main purpose of the
filter is to remove the Suspended Solids & reduce Turbidity. The Filter is provided with Inlet
Distributor, Bottom Collector & various Filtration Media like pebbles, gravels, sand and anthracite
to achieve effective filtration. Externally, the filter has either a Multiport Valve or mesh of valves to
assist in various service requirements like Filtration, Backwash & Rinse.

Activated Carbon Filter- The system is provided with a Activated Carbon Filter. The main
purpose of the filter is to remove free Chlorine, balance organics, colour etc. The Filter is
provided with Inlet Distributor, Bottom Collector & various Filtration Media like pebbles, gravels

Contractor PMC Client


and activated Carbon. Externally, the filter has either a Multiport Valve or mesh of valves to assist
in various service requirements like Filtration, Backwash & Rinse.
Micron Cartridge Filter: A micron filter of 5 micron is included in the system to prevent passage of
particulates to the high pressure pump and membrane. The micron filter is of PP housing. The
micron cartridge will be polypropylene.

High Pressure Pump: The system is provided with a high pressure pump of suitable flow rate,
head & material of construction. The pump is provided with low pressure switch to ensure smooth
operation.

Reverse Osmosis Block: The RO Block comprises of membranes encased inside the pressure
tubes. The membranes considered are thin film composite in spiral wound construction. The feed
water at high pressure enters the RO block and gets separated in to permeate (product) and
reject (waste) streams. The product water is usually taken to a tank & pumped for further use.
The reject water is drained in nearby drain. The RO Block is provided with adequate
instrumentation & interlocks to ensure smooth operation. The RO block is also provided with
automatic flush valve on reject line. This valve ensures the flushing of accumulated salts &
maintains the clean membrane surface.

Post Treatment
PH Correction Dosing Set (optional): The system is provided with a tank (HDPE) & dosing pump
to dose the appropriate solution to increase the PH. Usually Sodium Hydroxide (non drinking
applications) or Soda Ash (for drinking application) solution is used. The pump has provision to
change the dosage rate by manually controlling the knob.

Termination into Water coolers


The Treated water will be sent to the water cooler capacity 50 litres holding capacity. The RO
plant will be synchronized with the water cooler to facilitate auto operation of the plant.

NO OXIDISING SUBSTANCE LIKE FREE CHLORINE, OZONE ETC SHOULD ENTER RO


MEMBRANES.

DAILY OPERATION AND MAINTENANCE DATA / RECORDS / LOG SHEETS TO BE


MAINTAINED AS SAME BE REQUIRED FOR TROUBLE SHOOTING.

16.8 Pipe Support:


Steel Wire Rope Hangers & Supports:
a) Wire Hangers shall be used to suspend all static HVAC & Mechanical services. Wire
Hangers should consist of a pre-formed wire rope sling with a range of end fixings to fit
various substrates and service fixings, these include a ferruled loop, permanently fixed
threaded M6 (or M8, M10, M12) stud, permanently fixed nipple end with toggle, at one end
or hook or eyelet, cladding hook, barrel, wedge anchor, eyebolt anchor or any other end
fixture type or size as per manufacturers recommendation and design. The end fixings and
the wire must be of the same manufacturer with several options available. The system
should be secured and tensioned with a Hanger self-locking double channel grip at the
other end. Once the grip is locked for safety purpose unlocking should only be done by
using a separate setting key and should not be an integral part of the self-locking grip. Only
wire and/or supports supplied and/or approved, shall be used with the system.

Contractor PMC Client


b) Wire Hangers should have been independently tested by Lloyds Register. APAVE, TUV,
UL, CSA, Chiltern International fire, ADCAS, Intertek, ECA, and SMACNA, approved by
ULC and CSA and comply with the requirements of DW/144 and BSRIA – wire Rope
Suspension systems. Wire rope should be manufactured to BSEN 12385: 2002
c) The contractor shall select the correct specification of wire hanger to use for supporting
each particular service from table 1 below. Each size is designated with a maximum safe
working load limit (which incorporates a 5:1 safety factor).
d) The correct specification of wire hanger required is determined using the following formula.
Weight per meter of object suspended (kg) X distance between suspension points (m) =
weight loading per Hanger suspension point (kg).
Where the installed wire rope is not vertical then the working load limit shall be reduced in
accordance with the recommendations give in the manufacturer’s handbook.
The contractor shall select the correct length of wire rope required to support the service. Specials
can be made, check with manufacturer. No in–line joints should be made in the rope.

16.9 BALL VALVES:


All ball valves shall be heavy duty of approved make. Valves shall have suitable for test pressure
of 25 Kg/Sqcm. Ball valves shall conform to the following specifications.
Size Construction Ends
Bronze body S.S. Working Part stainless steel balls,
15 to 50 mm spindle, teflon seating and gland packing, steel handle (to Screwed
BS 5351).
16.10 BUTTERFLY VALVE:
All butterfly valves shall be heavy duty cast iron of approved make. The valves shall be suitable
for 15 Kg/Sqcm test pressure & shall conform to the following specifications Butterfly valve shall
be of best quality conforming to IS: 13095:
Butterfly Valves shall be cast iron body with following details:-
a) Disc shall be CI heavy duty electrolyses nickel plated abrasion resistant.
b) The shaft be EN-8 Carbon Steel with low friction nylon bearings.
c) The seat shall be drop tight constructed by bonding resilient elastomer inside a rigid backing.
d) Built in flanged rubber seals.
e) Actuator to level operated for valves above ground and T Key operated for valves below
ground.
f) Built in flanges for screwed on flanged connections.
Manufacturer’s details on fixing and installation will be followed.

16.11 DUCTILE IRON (DI) PIPE: - (For Water Line from Municipal line to UGT)
16.11.1 Ductile Iron (DI) Pipe
a) Pipe laid in ground for water supply of municipal connection shall be laid in
trenches/underground shall be of DI class K-9 of required dia and size as per
drawing/design including trenching necessary fittings like union coller bends and tees with
tital joints. The technical specification of ductile iron pipe confirm to indian standard IS :
8329-1994, IS : 2531-1998 and EN : 545-1994
b) The ductile from pipe shall be strong, both inner and outer surfaces are smooth, free from
lumps, crakes blister and scares.
c) The ductile iron pipe shall be lined with cement motor in the manufacturing unit by
centrifugal process.
d) The ductile iron fitting shall confirm to IS: 9523-1980

Contractor PMC Client


e) The joints for ductile iron pipe shall suitable for rubber gasket conforming to IS :5383
f) Laying and jointing shall be similar to cast iron pipes.
g) The test pressure shall be 1.5 times the maximum sustained operating pressure and the
test pressure shall be as per IS: 8329-1994
h) Slotted angles/ channels shall be measured per linear metre of finished length and shall
include support bolts and nuts, length embedded in the cement concrete blocks of 1 : 2 : 4
(1 cement : 2 coarse sand : 4 stone aggregate 20mm nominal size) formed in the masonry
walls; nothing extra shall be paid for the cement concrete block and making good the
masonry wall, anchor fastners etc. complete.

16.11.2 NON-RETURN VALVES:


a) All non-return valves shall be provided as shown in the drawings conforming to relevant
Indian Standards and in accordance with the following specifications.
Size Construction Ends
Upto 50 mm. Gun metal Screwed
65 mm and
Gun metal/cast iron Flanged
above

Non-return valves shall be of approved make.

16.11.3 TECHANICAL SPECIFICATION OF PRESSURE REDUCING VALVE:


PRV in brass housing (DZR) with G¼ “pressure gauge connection part, spring bonnet with
adjustable opening having adjustable knob for pressure adjustments. The diaphragm shall be in
fiber- reinforced NBR and seals in NBR. The adjustment spring shall not be in touch with water at
any given time.

16.11.4 Electrical Water Meter


 Water meters shall be of multi jet magnetic drive (turbine type), Displacement and
accumulative reading type, Conforming to local water works Authority standard.
 Working pressure shall be corresponding with piping system.
 Standard : ISO 4064, AWWA, EEC
 Maximum working pressure : Standard – 16bar
 Maximum liquid temperature : 60oC
 Body MOC : Cast Iron, Polyester Coated
 Application : Potable and Drinking Water Supply
 Accuracy : The minimum Flow Meter shall be
35-58% below the ISO standard and
maximum flow rate shall be ISO-
233%.
 Ratio : The ratio between the extream flow
rates (Qmin and Qmax) shall be as
per manufacturer specifications.

16.12 INSULATION OF HOT WATER PIPES:


16.12.2 Hot Water Pipes inside the building:
a) All hot water supply pipes. shall be wrapped with thermal insulation tubing, light weight
closed cell polyethylene foam conforming to BS 476 Part 7 and ASTM E84. The work shall

Contractor PMC Client


be done as per CPWD specification and manufacturer’s recommendation as directed by
engineer in charge.

16.12.3 APPLICATION:
a) All preparation method and polished proactive coat shall be done in supervision and
instruction of engineer in charge or manufacturer instructions.

16.13 GARDEN HYDRANT SYSTEM:


SCOPE OF WORK:
Work under this section consist of providing and fixing all labor, materials equipment and
appliances necessary and required to install garden hydrants system as pe direction of engineer
in charge the pipes shall be GI of required diameter by considering the size shape location and
requirement flow of gardening purposes.

16.13.2 Without restricting to the generality of the foregoing the Garden Hydrant System shall
include the following:
a) Ring main & branch connections.
b) Manholes (masonry chamber)
c) Garden hydrants.
d) Excavation and refilling of pipes trenches.
e) Connections tapping from Irrigation Water Lifting Pump located at Sewage Treatment
Plant [STP].
f) Testing the entire Garden Hydrant System.

16.14 GENERAL REQUIREMENTS:


(i) All materials shall be new of the best quality conforming to specifications. All works
executed shall be to the satisfaction of the Engineer in charge.
(ii) Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a
neat workmanlike manner.
(iii) Short of long bends shall be used on all main pipe lines as far as possible. Use of
elbows shall be restricted for short connections.
(iv) Pipes shall be laid in a manner as to provide as far as possible easy accessibility for
repair and maintenance.
(v) Valves and other appurtenances shall be so located as to provide easy accessibility
for operations, maintenance and repairs.
(vi) All excavation, trenching, painting, sand filling, pipe protection and pipe installation as
shall be as per CPWD specifications and directions of engineer in charge.

16.15 GI PIPES & FITTINGS:


Supply, installation, testing & commissioning of garden hydrant main pipe shall be of G.I. Pipes
Class 'C' (Heavy grade) conforming to I.S. 1239 with G.I. Fittings conforming to IS : 1879 (Part I
to X) such as tees, crosses, plug, socket, elbows, reducers, flange, check nut, flanges & clamps,
hanger, structural steel supports as required/directed at Site including PYPKOTE wrapping al-
round etc. complete.

Contractor PMC Client


16.16 EXTERNAL SEWER, STORM WATER DRAINAGE & RAIN WATER
HARVESTING PIT:
Scope of Work:
16.16.1 All underground Storm Water Drainage Pipe of all the building shall laid in proper slope
and required pipe and material capable to smooth flow of water in accordance with
designed system.
16.16.2 The scope includes all catch basin, storm manholes.
16.16.3 All underground Storm Water Drainage work include earth work in excavation for all type
of soils, disposal, and compaction, Pipe laying, Pipe Embedment and back filling, Testing
complete.
16.16.4 Submit shop drawings detail and descriptive literature showing pipe dimension, joint and
fitting details, recommended method of cutting pipes and other relevant detail etc. all
complete as per engineer in charge.
16.16.5 Taking approval and all Lisoning work under in scope of contractor.

16.17 General Requirements:


(i) All material shall be new and of the best quality conforming to CPWD specification.
(ii) Establish and maintain quality control to assure compliance with contract document and local
codes (Local municipal bye Laws).
(iii) All Storm Water Drainage Line/Open Drain Channel shall be laid to the required gradients
and profile.
(iv) All drainage work shall be done in accordance with Local Municipal bye laws.
(v) Water shall be executed as per CPWD specification.

16.18 UPVC Drain Pipe for Underground Installation:


(a) Providing and fixing of underground Sewerage/Drainage Pipe of UPVC conforming to IS:
15328-2003 of normal ring stiffness SN specified.
(b) All specification shall be as per CPWD.
(c) Fittings for U-drain pipe shall be moulded fitting conforming to BS: EN-1401-1998.
Rubber ring/solvent shall be of make and type approved by pipe and fitting
manufacturer. Joint shall be made in an approved manner as recommended by the
manufacturer.

16.19 Manholes and Chambers:


All manholes, chambers and other such works as specified shall be constructed in brick
masonry as per CPWD specification or as specified in the drawings.

17.0 PUMPS & ALLIED WORKS


Scope of work
17.1 Work under this Contract shall consist of furnishing all labour, materials, equipment and
appliances necessary and required. The Contractor is required to completely furnish all the
plumbing and other specialised services as described hereinafter and as specified in the
Drawings and/or shown on the plumbing drawings.

17.2 Water Treatment, Pumps & Allied Equipment


- Water Treatment System
- Pumps & Allied Equipment
Services rendered under this section shall be done without any extra charge.

Contractor PMC Client


17.3 Specifications
(i) Work under this Contract shall be carried out strictly in accordance with specifications
attached with the tender.
(ii) Items not covered under these specifications or due to any ambiguity or misprints, or
additional works, the work shall be carried out as per specifications of the latest Central
Public Works Department with up to date amendments as applicable in the Contract.
(iii) Works not covered under Para 2.1 and 2.2 shall be carried out as per relevant Codes &
Bureau of Indian Standards and in case of its absence as per British Standard Code of
Practice.

17.4 Execution of work


(i) The Contractor should visit and examine the site of work and satisfy himself as to the
nature of the existing roads and other means of communication and other details
pertaining to the work and local conditions and facilities for obtaining his own information
on all matters affecting the execution of work. No extra charge made in consequence of
any misunderstanding, incorrect information on any of these points or on ground of
insufficient description will be allowed.

(ii) The work shall be carried out in conformity with the Plumbing drawings and within the
requirements of architectural, HVAC, electrical, structural and other specialised services
drawings.

(iii) The Contractor shall cooperate with all trades and agencies working on the site. He shall
make provision for hangers, sleeves, structural openings and other requirements well in
advance to prevent hold up of progress of the construction schedule. All supports to the
civil structure shall be provided with dash fasteners.

(iv) On award of the work, Contractor shall submit a schedule of construction in the form of a
PERT chart or BAR chart for approval of the Engineer in charge/Architect/ Consultant.
All dates and time schedule agreed upon shall be strictly adhered to within the stipulated
time of completion/ commissioning along with the specified phasing, if any.

17.5 Completion drawings


On completion of work, Contractor shall submit one complete set of original tracings and
two prints of “as built" drawings to the Engineer-in-charge. These drawings shall have
the following information.
a) Location of all mechanical equipment with layout and piping connections and
mechanical equipment.
b) All shop drawings shall be updated from time to time for the purpose of making
completion drawings.
c) No completion certificate shall be issued unless the above drawings are submitted.

Piping and drainage works shall be tested as specified under the relevant clauses of
CPWD specifications.
Contractor or his associate agency engaged to do this work must hold a valid plumbing or
any other as required licence by the municipal authority or other competent authority
under whose jurisdiction the work falls.

Contractor PMC Client


18.0 HOT WATER SYSTEM PACKAGE
(i) Heat pump—Air to water high efficiency heat pump with rotary/scroll type compressor
for heat pump/scroll/rotary type compressor for higher capacity, R407C/R410a
refrigerant for medium temperature application and R134a CFC free refrigerant for high
temperature application, evaporator coil with suitable coating for corrosion protection,
tube in tube striated type copper/SS heat efficiency fan, digital controller with display and
BMS compatibility, with circulation pump housed in a powder coated steel housing pre
tested at the factory and the COP declared at 20°C ambient temperature with noise
level.
(ii) Hot Water tank—
(iii) Expansion tank—
(iv) Solar collector with circulation pump—
(v) Solar collector—
(vi) Hot water circulation pumps—
(vii) Air relief valve—
(viii) Temperature and pressure relief valve:—
(ix) Temperature sensor—Digital thermometer—
(x) Control panel—
Note: The above mentioned specialized system equipment selection, arrangement and
particular specification shall be provided by the specialized vendor and/or supplier as
submittals for engineer’s approval as per the construction and/or procurement schedule.

18.1 Specification for Water Supply, Drainage Pumps & Equipment


18.1.1 Scope of work
Work under this section shall consists of furnishing all labour, materials, equipment and
appliances necessary and required to supply install and commission the water supply and
drainage pumps as described hereinafter and given in the Drawings and/or shown on the
drawings.

18.1.2 General requirements


(i) All materials shall be new of the best quality conforming to specifications and
subject to the approval of Engineer in charge.
(ii) All equipment shall be of the best available make manufactured by reputed firms.
(iii) All equipment shall be installed on suitable foundations true to level and in a neat
workmanlike manner.
(iv) Equipment shall be so installed as to provide sufficient clearance between the end
walls and between equipment to equipment.
(v) Piping within the pump house shall be so done as to prevent any obstruction in the
movement within the pump house.
(vi) Each pumping set shall be provided with a butterfly valve on the suction and delivery
side and a flap type non return valve on the delivery side.
(vii) All pump couplings and belt guards for air compressors shall be totally enclosed with
5mm mesh.

18.1.3 System of Water Supply


(i) The water supplied by the authorities and tube well water will be stored in the raw water
U.G. tank.

Contractor PMC Client


(ii) Raw water after treatment in dual media sand filter, activated carbon filter and
chlorination will be stored in the domestic tank.
(iii) Water from domestic U.G. tank shall be pumped to supply domestic water to plotted
colony by set of pumps.

18.1.4 Specifications for Pumps, Water Transfer Pumps


(i) Water supply pumps shall be suitable for clean filtered water. Pumps shall be single
stage, mono bloc vertical/horizontal, centrifugal pumps with stainless steel body and
stainless steel (DIN W-Nr .1.4301) impeller, stainless steel shaft and mechanical seal
and coupled to a TEFC electric motor. Each pump should be operating to a curve
required by the operating conditions.
(ii) All parts in contact with water shall be corrosion resistant stainless steel DIN-
Nr.1.4401.
(iii) Each pump shall be provided with a totally enclosed fan cooled induction motor of
suitable H.P. The motors shall be suitable for 410 volts, 3 phases, 50 cycles A.C.
power supply and shall conform to IS: 325 operating at 2900 RPM nominal speed.
(iv) Each pumping set shall be provided with 100-mm dia gunmetal “Borden” type
pressure gauge with gunmetal valve and connecting piping.
(v) Pump or the whole set shall be stable on rubber vibration eliminating pads appropriate
for each pump as recommended by the manufacturer and accepted by the Engineer
in charges.

18.1.5 Submersible pumps


(i) Submersible pumps for sewage/drainage shall be single stage, single entry pump.
Pump shall be with C.I. casing and C.I. two vane open type dynamically balanced
impeller connected to a common shaft to the motor. The vane for sewage pump will
be open type, while for drainage pump etc. It will be of semi open type.
(ii) Stuffing box shall be provided with mechanical seals.
(iii) Each pump shall be provided with water cooled squirrel cage induction motor suitable
for 415 volts, 3 phase, 50 cycles AC power supply.
(iv) Each pump shall be provided with liquid level controller for automatic operation of the
pump between predetermined levels. Operation of level controller shall be similar to
as discussed in subsequent paras below.
(v) The pumping set shall be for stationary application and shall be provided with pump
connector in it. The delivery pipe shall be joined to the pump through a rubber
diaphragm, and bend and guide pipe for easy installation, without disturbing delivery
pipe the pump unit shall have a back pull out design. A rust proof chain shall be
provided for each pump.
(vi) Pump shall be provided with all accessories and devices necessary and required for
the pump to make a complete working system.

18.1.6 Level Controllers


Level controllers shall be electronic low voltage type using required number of stainless steel
type probes, shrouded in PVC sheath or encapsulated in a stainless steel pipe. The level
controller will be used for following applications: -

Contractor PMC Client


Water transfer pump
(i) To cut off all operating pumps when:-
(ii) Water level is low in storage water tanks with low water level audible alarm.

Sump Pump level controller & high water alarm


(ii) To cut off the drainage sump pump when the sump is empty and to start when:-
a) Duty pump No. 1 at pre-determined level No.1
b) Duty pump No.2 at a higher pre-determined level.No.2 and also to sound alarm

Pipe & Fittings (for Headers and Connections)


Pump suction and delivery headers shall be Galvanized iron pipes/MS heavy class with matching
fittings. The pipe joints shall be threaded as per manufacturer’s instructions.

Vibration Eliminators
All suction and delivery lines as shown on the drawings shall be provided with double flanged
reinforced neoprene flexible pipe connectors. Connectors should be suitable for a working
pressure of each pump and tested to the test pressure given in the relevant head. Length of the
connectors shall be as per site requirements in accordance with manufacturer details.

19.0 Specification for Water Treatment Equipment


General requirements
(i) All materials shall be new of the best quality conforming to specifications and subject
to the approval of Engineer in charge.
(ii) All equipment shall be of the best available make manufactured by reputed firms.
(iii) All equipment shall be installed on suitable foundations, true to level and in a neat
workmanlike manner.
(iv) Equipment shall be so installed as to provide sufficient clearance between the end
walls and between equipment to equipment.
(v) Piping within the pump house shall be so done as to prevent any obstruction in the
movement within the pump house.
(vi) Each pumping set shall be provided with a butterfly valve on the suction and delivery
side and a flap type non return valve on the delivery side.
(vii) All pump couplings and belt guards for air compressors shall be totally enclosed with
5mm mesh.

Corrosion Resistant Material


All piping, valves and accessories from outlet of raw water to inlet of treated water tank shall be
of material fully resistant to internal and external corrosion. Such material may be stainless steel,
PVC, rubber or other type of lining material accepted in international water works engineering
practice.

Water filters for water supply


Filter shall be designed in accordance with the code of unfired pressure vessel conforming to I.S.
2825.

Multi-Port Valves
1 Each vessel will be provided with multi-port valves to operate and regulate the normal flow,
backwash and rinsing, rapid washing, on the face piping.

Contractor PMC Client


2 Provide suitable sampling cocks to draw water samples for raw water and treated water.

Chemical Dosing Pump


1) Pump applications.
2) Chlorination of raw water from tube wells,
3) Chlorination of drinking water transfer pump
4) Dosing system comprising of an electronic metering pump with, 100 lit capacity
uPVC/HDPE/FRP solution tank with level gauge and lid on top.
5) Electronic driven metering pumps with mechanically actuated diaphragm with oil lubricated
gear mechanism. The output of the pump should be adjustable for operation from 10-
100%. Pump construction shall be corrosion resistant polypropylene or similar material.
Pump electrical circuit shall be interlocked with the main raw water /pool recirculation
pumps so that they operate only when the pumps are operating.

Flow measurement
1 Provide rota meter reading "LPH" or "LPM" on delivery line of the plant.
2 Provide one direct reading flanged type water meter with strainer on outlet of water
softener or water filter.

Installation, Commissioning & Guarantees


Installation
(i) Contractor shall supply three copies of foundation drawings giving weight, vibration and
other loads required for the proper designing of the foundations.
(ii) All equipment shall be installed in a true workman like manner true to level and grade in
accordance with the best current practice.
(iii) Contractor shall employ sufficient and proper equipment for lifting and placing of heavy
equipment and in a manner which shall not strain or cause damage to the existing
structures. If any damage is done, the same shall be made good to the satisfaction of
the Engineer in charge without any additional cost.
(iv) All equipment and pipes shall be painted with one coat of red oxide before dispatch to
the site.

Commissioning
(i) On completion of the work in all its aspects, the contractor shall start up the
equipment in a manner normally done for the continuous operation for a period of not
less than 48 hours and shall rectify and adjust the equipment for leakages and
balancing the system.
(ii) After satisfactory commissioning of the plant, the contractor shall conduct performance
tests on the equipment to satisfy the Engineer in charge that all equipment is
performing to the rated outputs. Any or all equipment’s shall be rectified or replaced if
the same is not performing in accordance with CPWD specifications.

Guarantees
(i) On completion of the work contractor shall submit a guarantee covering the quality and
performance of all materials supplied and installed under the contract. This guarantee
shall cover each and every material whether manufactured by the contractor or not.

Contractor PMC Client


(ii) Contractor shall specify a suitable procedure to test the rated performance of the
equipment’s and shall provide all necessary equipment’s, gauges etc. for conducting such
tests.
(iii) The guarantee shall cover a period of one year from the date of installation and handing
over.

Completion
(i) On completion of the job, the contractor shall hand over to the Engineer in charge the
following:-
(ii) One flow chart drawn in ink on thick paper and mounted in a glass frame showing the flow
diagram of the process including legend showing valves to be normally open or closed
and instructions for back washing, operation and maintenance of chlorination & other
chemical feeding pumps and other equipment’s.
(iii) Five sets of operating and maintenance instructions with spare parts list and their
manufactures and/or suppliers.
(iv) Five sets of catalogues and drawings for all equipment supplied.

20.0 Technical Information


Please furnish full details separately
All information should be on this format
---------------------------------------------------------PUMPS--------------------------------------------------
S. No. Description Raw Water Domestic Chemical feed
water dosing
Pump
---------------------------------------------------------------------------------------------------------------------
Design basis
(i) Quantity/ No. of
(ii) units offered
(iii) Capacity lit/lpm
(iv) Flow Range
(v) Pumping Head
(vi) (where applicable)
(vii) Make & Model No.
(viii) Power
(ix) Pump Type
(x) Material (body)
(xi) Material (Impellars)
(xii) Material (shafts)
Accessories
(i) Valves
a) Type
b) Material (body)
c) Material (Internal parts)
d) Material (Lining)
Pipes
(i) Type
(ii) Material
(iii) Max. working pressure

Contractor PMC Client


(iv) Max. test pressure

Filters / softeners / Pressure Activated Cartridge Softener R.O. Plant


Chemical dosers Sand filter carbon filter Filter
(i) Material
(ii) Thickness shell
(iii) Thickness Ends
(iv) Dia & Height
(v) Max. working pressure
(vi) Max. test pressure
(vii) Accessories offered
(viii) Filter media
(ix) Filter media size/
(x) depth of each layer
(xi) Resins make/type
(xii) Resin quantity
(xiii) Design filteration
(xiv) rate in lph/sqm
(xv) Regeneration period

Consumption
(For 8 hour operational period)
(i) Power requirement in KWH
(ii) Fresh water required
for back wash lit.
(iii) Salt for regeneration
(iv) Chemical consumption
(v) Salt rejection in kg.

Reverse Osmosis System


(i) R.O. Feed flow rate
(ii) Permeate Flow rate
(iii) Overall recovery
(iv) No. of Working hours
(v) Reverse Osmosis Membranes
(vi) No. of elements
(vii) Make
(viii) Model

Reverse Osmosis Pressure Tube


(i) No. of Units
(ii) Material of construction
(iii) Make /Model

Contractor PMC Client


21.0 Pipe Color Code
This Color Code is as per I.S. 2379.

Ground Color
1st Color Band
2nd Color band

Proportional width of band 4:1


Note:-Arrow indicating the direction of flow.

Pipe lines Ground Color 1st Color 2nd Color


Band Band Band
1. Drinking water
(All cold water Sea green French blue Signal red
Lines after filter)

2. Treated water
(Soft water) Sea green Light orange

3. Domestic hot Sea green Light grey


Water

4. Drainage Sewer/SWD Black

5. Fire services Fire red

This Color Code is as per I.S. 2379.

Final design for color coding will be of Client only

Contractor PMC Client


22.0 Miscellaneous Items

22.1 Roller Blinds & Curtains:

Contractor needs to supply and install the Roller blinds of approved make consisting of approved
shade and color of Fabric, head channel, traversing cord, drive unit, End plug, support brackets,
roller tube, bottom rail, ball chains all as described below and all warranty etc. as per
specifications mentioned,

22.2.1 Scope of area:


Mostly Windows and glazing areas will have regular fabric roller blinds.
Meeting Rooms having facility of AV and projection will have black out fabric roller blinds with
remote facility.
Both Ministers’ Cabin windows will have fabric curtains with remote facility.
Contractor needs to submit the minimum three samples of all types of fabric to Engineer in charge
before installation.

22.2.2 Specification for System:


Drive unit to be of moulded plastic with straight rectangular support pin and inserted into the tube
end. It shall be driven by a ball chain pulley and can be positioned at right or left side of the shade.
The shade when lowering or raising shall automatically be lockable upon release of the ball chain
by means of friction lock. End plug shall be moulded to plastic locking pin. The plug shall be
inserted into the tube end. Support brackets shall be of zinc plated steel and provided with
moulded plastic covers and used in right or left hand positions differentiated by acceptance of the
rectangular drive unit support or the round idler plug pin. Roller tube shall be made out of roll
formed steel of required thickness, suitably protected against corrosion and keyway integral with
the tube to accommodate the spline, out-side diameter of the roller tube shall be 32mm. Bottom
rail made up of powder coated aluminum tube of 21mm dia having minimum weight per running
meter required for a perfect fall of fabric to avoid warpage / floating.

Ball chain shall be 2mm diameter cord with acetyl balls moulded co-axially to it on 6mm pitch to
form ball chain.

22.2.3 Specifications for Regular Fabric


Composition: 22% - 25%, Polyester, 75% - 78% PVC
Openness Factor: 3%
Thickness: Min 0.65mm (ISO 2286-3)
Mess Weight (g/m2): Min 470 (ISO 2286-2)
Fire Classification: (NFPA 701) SMALL SCALE TESTING ISO – 5659-2
Breaking Resistance: (WARP 159.0 daN+- 5%) (WEFT 150.0 daN +- 5%) (ISO- 5081)
Tear Resistance: (WARP 11.9 daN +- 5%) (WEFT 13.0 daN +- 5%) (ISO- 5081)
Environment: (Free of Harmful Substance)
UV Resistance: Approximate 95%
Fabric to be Antimicrobial
Shade and Pattern: as approved
Fabric to be GREENGUARD Certified

Contractor PMC Client


Necessary overlaps as required as per site conditions. The overall measurements will be
considered for payments.

22.2.4 Specifications for Blackout Fabric


Composition: 100% Polyester or 100% fiber glass with PVC coating
Light Transmittance: 0%
Thickness: Min 0.35mm +/- 5%
Mess Weight (g/m2): 290 -410 g/m2 +/- 5%
Color Fastness: > 6
Shade and Pattern as approved
Fabric to be GREENGUARD Certified
Fabric to be Antimicrobial
Necessary overlaps as required as per site conditions. The overall measurements will be
considered for payments.

22.2.5 Acoustic Motors with Sensors for Automatic Blinds and curtains:
Motor to have black and thin round head for discreet blending; Motor to be compatible with solar
protection functions and Modulis functions
Dimension: Dia: 40mm / Length: from 478 to 548mm
Torque: 3N.m, Speed: 30 rpm, Nominal Voltage / Frequency: 230V - 50Hz, Noise Level 50 dB(A)

22.2.6 Fabric Curtains:


Contractor needs to supply and Install of Fabric curtain on Minister cabins windows, curtain shall
be stitched in Pinch Pleat pattern. Contractor shall provide curtain to be automated in sideways
opening.

Contractor will need to supply and install curtain rod 30mm thick made up in aluminium with
required accessories as approved by Engineer in charge.

6.8.2.1 Specifications for Curtain Fabric


Composition: 100% Polyester/Trevira CS, PVC & Formaldehyde free
Fabric Density: Semi Transparent
Width: 2400mm ± 50mm
Thickness: 0.48mm ± 5%
Weight: 205gsm ± 5%
Color Fastness: < 5
Shade and Pattern as approved
Fabric to be GREENGUARD Certified
Fabric to be Antimicrobial
U-value (W/m2 K): 1.1

Contractor PMC Client


22.3 Glass Privacy Films:
Supply & Installation of Crystal Glass Film Dusted frosted of approved make, shade and colour as
approved by Engineer in charge. Film shall be cut using digital plotter in approved design pattern
as per the requirement of design intent. Film to be Self-adhesive and shall be bubble-free on clean
glass.
Installation shall be done by authorised installers of manufactures and as approved by Engineer
in charge.
Warranty for a period of 120 months and certificate to be submitted to Engineer in charge.

Thickness: 2 mils (0.06 mm) without adhesive


3–5 mils (0.08–0.12 mm) with adhesive
Opacity: Translucent
Liner: Transparent synthetic
Adhesive: Clear, pressure sensitive
Minimum application 40oF,
temperature:
Removal: Permanent
Application surfaces: Flat only
Recommended substrates: Flat clear substrates such as glass, acrylic, or
polycarbonate
Chemical Resistance: Should resist mild acids, mild alkalis, and salts / excellent
water resistance

The films should have the following characteristic

1) Durable, dimensionally stable. It should be in uniform colour for both transmitted and
reflected light.
2) Eliminate glare, Resist mild glare, excellent water resistant

Approx. 40% area of glass to be covered in shape, design, pattern as per approval of Engineer -
in-charge

22.4 Metal Trims:


Metal trims shall be extrusion of aluminium 6063 alloy. Minimum 20 microns natural matt anodised
finished. All trims to have protection tapes and shall be removed at handover.
Samples to be submitted to Engineer in charge for approvals
Trims are product specific only no deviation shall be permitted

Types of Trims proposed for the project for specific locations as per the requirement of detailing as
follows:

a) Steps nosing proposed for Auditorium internal steps edge guard (Stair nosing
SNPO91 from Bottom line)
Size 24mm x 9mm one-piece profile,
Installation with concealed screws and other accessories as part of system
Nosing to have Pre-drilled holes

Contractor PMC Client


b) Metal Skirting: Size 75mm high, (Easy Fix SKP002 from Bottom line)
Designed to be installed on wall, gypsum and plywood partitions and on top of all kinds of
flooring,
Installed using screws, to camouflage the rivet points, a capping strip is in aluminium
Skirting to have Pre-drilled holes
Matching corner guards shall be provides for junctions.

c) Transition profile for carpet / vinyl to any other flooring: Width 28mm, (Z pro from
Bottom line)
Designed to be Z Profile is for transition,
Variable double sided profile which bends as per the height of the flooring on either side
No Screw visible on top surface giving smooth finish

d) Decorative profile for wall detailing: (“T” profile from Bottom line)
Designed for area where two different material as proposed on all walls,
Protects the corners and edges
Sizes: 7.5mm and 10mm

e) Decorative profile for wall detailing: (“L” profile from Bottom line)
Designed for area to project corners and edges on all walls,
Sizes: 10mm and 12mm

Contractor PMC Client


22.5 Entrance matting System:
Contractor shall provide Entrance System as per specification mentioned below. The system shall
be installed at all GF entry areas,
The system is product specific for 3M make no deviation shall be permitted

Specifications:
Entry system consisting of the following inclusive of removal of existing flooring, making good of
surface in smooth cement paste of 1:1 cement mortar, and providing anodised matt finished “L”
angle 10mm x 10mm of Bottom line make to all four sides.

First stage in Entryway system - 3M Nomad Scrapper 6 Medium Duty

Second stage in Entryway system – TERRA 6 HEAVY DUTY MAT GRAY

3rd stage in Entryway system design - AQUA HEAVY DUTY

Contractor PMC Client


22.6 Fire Seal Works:
As per the norms of NBC 2016 Fire resistance (Clause 2.28) Contractor needs to seal all gaps
and penetrations due to electrical cables, trenches, HVAC ducts, openings in walls, floors, glazing,
gypsum partition etc.

Contractor shall design, evaluate and execute fire sealing works. All reports and systems to be
submitted to Engineer in charge for approvals before execution

All products to have test certificate as determined by ASTM G21-96, DIN EN ISO 1519 and UL
listed and should have VOC content as per LEED 2009.

The designing part to be done by specialized agency HILTI, 3M or Promat, Deviation shall not to
permissible. Installation shall be done by trained / accredited Fire stop Specialty Contractor as
approved by Engineer in Charge. Applicator needs to provide complete installation report through
Software CFS DM for inspection purpose.

All Fire sealing, guarantee, warrantee certification work shall be submitted to Engineer in charge.

Areas of Applications:
1) IT and Sever area applications
2) Curtain wall Joint
3) Through Penetration on wall and Floors (mechanical and electrical works)
4) Joints of Concrete and Gypsum Partitions.

Contractor PMC Client


23.0 Horticulture and Misc - Works:
23.1 Scope of Work
Scope of Works in this section shall include:
a) Compound Wall and Gates.
b) Internal Roads, Drive ways, Pathways, Parking Area, Drop off
c) Plaza’s and Courtyard
d) Landscaping work at terraces as per drawings,
e) Storm water drain.
f) Saucer drain
g) Catch basins
h) Seats and FRP Planters
i) Landscape Lighting.
j) 20mm thick IPE wooden Cladding
k) White River (Stone) Pebbles
l) MS Pergola with Laminate Glass top
m) Horticulture work.
n) Solar Tree
o) Chain Link Fence with door for Substation and DG Yard
p) Course Aggregate filling at DG Yard
q) Precast chamber / drain covers designed for fire tender load (on road crossing)
r) IC Chamber Covers recessed type to take landscape floor finish of size and shape as per
drawings.
s) Etc. as per landscape drawings

23.2 All work to be carried out for landscape and horticulture works as mentioned the drawings &
Architectural Intent and per the CPWD specifications and as per the instruction of Engineer in
charge. Contractor need to submit all material samples to Engineer in charge for approvals before
installation of the same.

23.3 Contractor shall follow general civil work under this section i.e. excavation, PCC, backfilling,
RCC work, shuttering, reinforcement steel, brick masonry, plastering, CC flooring, stone flooring,
stone coping, structural steel work, painting / finishing, kerb stones, precast drain covers with
frame, recess chamber covers with frame in FRP, regular chamber or drain cover in FRP, good
earth supply and laying, sludge supply, mixing and laying, trees, shrubs, creepers and lawn etc.

23.4 Contractor shall study all the landscape and architectural drgs and finishing schedule for
making his item schedule, No deviation shall be permitted.

23.5 Contractor shall submit all material samples to Engineer in charge for approvals before
execution.

23.6 Chamber Cover with frame / Strom water Drain Cover with frame: Contractor shall provide
regular chamber or drain covers with frame constructed in FRP / GRP of size, shape and pattern
as per requirement as mentioned in drgs. Chamber cover shall be thoroughly tested for load
bearing and permanent set as per BSEN 124 1994 & AASHTO M306 standards.

23.7 Recess Chamber Cover with frame: Contractor shall provide recessed chamber covers with
frame constructed in FRP / GRP of size and shape as per requirement as mentioned in drgs.

Contractor PMC Client


Chamber cover shall be thoroughly tested for load bearing and permanent set as per BSEN 124
1994 & AASHTO M306 standards. Top shall be finished as per landscape design requirement.

Reference Images for Recessed Cover:

Contractor PMC Client


24.0 Sewage Treatment Plant:
24.1 Scope
The scope of work in STP includes design, manufacture, supply, storage, installation, testing &
commissioning, complete sewage treatment plant including cost of material, plant and labors etc.
as required. The sewage treatment plan may be prefabricated type made in MS or made in Civil.

24.2 Objective:
The object of sewage treatment is to stabilize the organic matter present in sewage so as to
produce an effluent liquid and sludge, both of which can be disposed of into the environment
without causing hazard or nuisance.
The endeavor should be to adopt modern and cost effective technologies and equipment to
achieve value for money and maximum user satisfaction to achieve this object, the contractor has
to ensure to adopt such technology which is appropriate and it may be ensured that it seamlessly
integrates with existing system.

24.3 Location and availability of land/space


Before proceeding with design of the treatment plant and disposal mechanism, it is essential to
examine / understand the basic design consideration relating to origin, quality, and
physicochemical characteristics of the raw sewage.

The degree of treatment shall be decided by regulatory bodies like local body, CPHEEO, PCB,
and guidelines of Environment Ministry.

STP is to be designed for average flow of waste water per day. The possibilities of augmentation
for future in charge load may also be taken in design with a view that the STP is not considerably
under loaded in the initial stage. STP capacity shall be computed and submitted for approval, with
a minimum capacity of not less than 30 KLD.

The quality of sewage and its characteristics should be considered for design as far sewage is
being generating in the users of office of Govt. of India.

Degree of treatment of sewage to be done considering suitable method of effluent disposal and
re-use and recycle of effluent. As a matter of society waste water should be recycled for non-
potable user after treatment. The treated water shall be used for cooling tower and air washer
mak-up, flushing, gardening should have following characteristics :
i. PH = 6.5-8.5
ii. TSS = NIL
iii. BOD = <5 mg/l
iv. COD = As Applicable
v. Oil & Grease = NIL
vi. Residual chlorine = <1.0 mg/l
vii. Coliform = <100 counts / 100 ml (………….. Nill)
Removal of contaminates is brought about by a sequential combination of various physical,
chemical and biological unit processes.

The physical unit operations includes:


i. Pretreatments (Screening): Removal of material that can cause operational
problems through screening such as floating plastics etc.

Contractor PMC Client


ii. Primary sedimentation: Removal of organic and inorganic settle able solids.
A number of treatment processes are available depending upon method of disposal, degree of
treatment, waste water influent quality, availability of land and requirement of recycling treated
water (waste).
The contractor has to select suitable treatment unit on “Aerobic process” based on substantial field
experience as well as sound technical knowledge of the various unit operations and also depend
on the availability of land, location, kind of sewage etc.

Two proven and fairly known treatment process as are available:


i. Moving bed biological reactor (MBBR) : Know under different names – FBR
(Fluidized bed reactor), MBBR (Moving bed biological reactor, SBR (Sequential
batch reactor)
Fixed Bed biological reactor (FBBR) : SAFF – Submerged Aerobic fixed film reactor, FBR – Fixed
bed reactor, FMR – Fixed Media Reactor, FFBR – Fixed film biological reactor, FBBR – Fixed bed
biological reactor, Bio-tower, RBC – Rotating biological contactor.
After biological treatment, further treatment of treated water shall be done to achieve the desired
output parameters as mentioned above. Depending on the output quality after biological treatment
the tertiary treatment can be the following or any other treatment process as suggested by the
STP designer :-
i. Filtration Plant comprising of Dual Media Filter, Activated Carbon Filter,
Softner and Ozonator. This shall be followed by Ultra filtration.
The unit should be so designed and adopted for execution with following consideration keeping in
mind:
a) Less to no need for skilled supervision.
b) Auto vigilance of malfunctioning.
c) Low power requirement
d) Low foot print (plan) area.
e) High or transfer efficiencies
f) Least need for sludge recycling
g) Less to no need for drives or moving parts with units.
h) Less sludge production
i) No odor problem.
j) Least staff for operation & maintenance.
k) Least operation cost
l) Flexibility and adoptability to high loads

24.4 Plant Civil, Mechanical and Electrical Components


The plant shall broadly consist of :-
a) Bar Screen and Fine Screen
b) Oil and Grease Trap – by Civil Vendor
c) Equalization Tank – by Civil Vendor
d) Anoxic Tanks – by Civil Vendor
e) Biological Reactor Tanks – by Civil Vendor
f) Tube Settler Tanks with Launder – by Civil Vendor
g) Sludge Holding Tanks – by Civil Vendor
h) Clear Water Tank – by Civil Vendor
i) UF Feed Tank – by Civil Vendor
j) UF Permeate Tank/Flushing Water Tank – by Civil Vendor

Contractor PMC Client


k) Raw Sewage Lifting Pumps
l) Sludge Recirculation Pumps
m) Plant Room Sump Pumps
n) Complete Piping
o) Twin Lobe Air Blowers
p) Biological Reactor and Tube Settling Media
q) Filter Press
r) Screw Pumps
s) Water Treatment Plant
t) Ultrafiltration Plant
u) Filter Feed pumps
v) UF Feed Pumps
w) Electrical Control Panel with all internal cables, trays, internal panel
components etc.
Above mentioned items are indicative. The vendor shall add items up and above this as per
requirement of design.

24.5 O&M, DLP and AMC


First year operation with consumables and spares with one general duty operator (8 hours duty)
and quality, fortnightly testing of treated effluent from any approved laboratory with other incidental
cost.
The agency will be fully responsible for security of plant/spare parts during first year operation
period and will hand over the plant in working condition to SSB after free one year operation
The agency will execute a security bond of five years for guarantee of equipment’s installed in the
STP

Contractor PMC Client


24.0 Preferred Make List:
Preferred Bands names of materials, whichever are applicable for the scope of work are listed
below. However approved equivalent materials of any other specialized firms may be used, in
case it is established that the brands specified below are not available in the market and subject
to approval of the alternate brand by the Engineer-in-Charge, (See also conditions of contract).

A - For Structural Works

Sr.
Materials Preferred makes / brands
No

1 Anti-Termite Treatment Agency Pest Control India Ltd, Godrej Pest Control, Capital
pest control (India)
Chemical to be used for
2 DE-NOCIL and Bayer
20% E.C. Anti-termite treatment

3 ACC, Ultratech, Vikram, Ambuja, JYPEE cement &


Cement (PPC, OPC)
J.K

4 White Cement J.K. White, Birla White

5 Ready Mix Concrete ACC, Lafarge, Ultratech

6 All types of Admixtures Fosroc, BASF, Sika, Pidilite

7 Reinforcement Steel SAIL, TATA, RINL and JINDAL

8 Greenply Shuttering ply, Archid Shuttering ply, Euro


Shuttering ply
shuttering ply
Utracon Structural System Pvt. Ltd,
9 Post Tensioning Work System and Tech9 Engineering Solutions Pvt. Ltd,
Applicators CRUX Pre stressing Systems Pvt. Ltd,
VSL International
10 PT Strands Tata Steel, Usha martin strands

Kantaflex (India) Pvt. Ltd


11 Expansion Joint Treatment System
Sanfeild (India) Ltd
and Applicators
Bizzar
12 Grouts BAL Endura, Saint Gobain Weber / MYK / Laticrete,
Ferrous Crete
13 Epoxy Primers and Paints ICI, Nerolac, Asian Paints, Berger
14 Powder Coating Jotun, Akzonoble, Berger
15 PVDF Coating Akzonoble, Valspar
16 Powder & PVDF Processer SP Coating / MJ Coaters / Aura International
17 Couplers SNTP Mechanical Splicing System
Dextra India, Arise Reinf. Pvt Ltd

Contractor PMC Client


B - For Architectural Works

Sr.
Materials Preferred makes / brands
No
Siporex India Pvt. Ltd, JK Lakshmi, Megicrete
1 AAC Blocks Building Solutions Pvt. Ltd, Biltech ACE, Ultratech
xtralite, Aerocon.

Polymer modified adhesive mortar for Saint Gobain Weber - blokset plus, MYK Laticrete -
2
AAC Blocks latafix® 305, Sika Block Jointing Mortar
U.P TWIGA Fiberglass Ltd, LLOYD, Rockwool India,
3 Thermal Insulation Boards
Twiga Insulating India

4 Plywood (IS 710 Grade) Green ply, Century, Anchor, Euro ply, Archid,

ACC, Ultratech, Vikram, Ambuja, JYPEE cement &


5 Cement (PPC, OPC)
J.K
Godrej Construction,
6 Ready mix Plaster Ascolite Ready Mix Plaster
Ultratech Readiplast Plaster
All types of Admixtures and
7 Fosroc, BASF, Sika, Pidilite
waterproofing compounds
Elite-90 - Gyproc Saint Gobain, Ferro – 700
Premixed formulated Gypsum
8 Gypsum Plaster - Ferrous crete, Red Top - USG
lightweight Plaster Boral Building Products (I) Private Limited,

9 Ready Mix Concrete ACC, Lafarge, Ultratech

10 All types of Admixtures Fosroc, BASF, Sika, Pidilite

Ferrous crete sara wall putty, JK wall putty, Birla


11 Wall Putty
white wall care putty
Godrej Construction,
12 Ready mix Plaster Ascolite Ready Mix Plaster
Ultratech Readiplast Powder

BASF, Pidilite, Fosroc, MYK Schomburg, Grace,


13 Waterproofing Systems
Kryton Buildmat Co. Pvt. Ltd.

Contractor PMC Client


C - For Façade Works

Sr.
Materials Preferred makes / brands
No
1 Aluminium Jindal, Bhoruka, Sapa, Global Aluminum, Gulf Extrusion.
Saint Gobain SGG Cool-Lite Xtreme 50/22II, Asahi Excel
2 Reflective Glass Green Sparkle, Guardian Sunguard SNX 50 HT, Guardian
SN 40 Nuetral, PPG Solarban 90on Clear
3 Clear Float Glass Saint Gobain, Asahi
4 Glass Processing Saint Gobain, Asahi
5 PVB or SGP Lamination DuPont Kurarray, Solutia
Weather and Structural
6 Sika, Dow Corning, Momentive, Tremco
Sealant
7 Aluminum Sheet Novelis, Euramax
8 Anchor Fasteners Hilti, Fischer
9 SS Cramps Hilti
10 EPDM & Silicon Gasket Amee Rubber, Osaka, Eltech, Avigiri
11 Spacer Tape (Open PU Cell) Norton, Tremco, BOW
U.P TWIGA Fiberglass Ltd, LLOYD, Rockwool India, Twiga
12 Spandrel Insulation
Insulating India
13 Rock wool (Fire Stop) Rockwool India, Roxul Rockwool.
14 Smoke Seal Intumuscent Hilti, Sika
15 Smoke Seal Sealant Hilti, Sika, Dow Corning
16 Backer Rod Supreme Industries
17 Spider Fittings Dorma, Lisus, Kinlong
18 Revolving Doors Dorma, Geze, Kone, Boonedam
19 Mild steel Jindal, Sail, Tata
20 Stainless Steel Jindal, Sail, Tata
21 Glass Railing Q rail, Neki, Kich, Façade One, Ally Dzine Services Pvt. Ltd
22 Cast in Channel Hilti, Jordal, Halfen
23 Powder Coating Jotun, Akzonoble
SP Coating, MJ Coaters, Aura International, Bhoruka, Sapa,
24 Powder & PVDF Processer
Gulf Extrusion
25 Casement Window Hinges Giesse, Alualpha, Laval, Savio
26 SS Friction Hinges Giesse, Cotswold, Securistyle
27 Multipoint Locking sets Giesse, Alualpha, Laval, Savio
28 Flush lock for Sliding’s Giesse, Laval, Sotralu, Roto, Savio
Rollers for Sliding’s windows
29 Giesse, Laval, Sotralu, Roto, Savio
/ doors
30 Handle Giesse, Laval, Sotralu, Roto, Savio
31 Wool Pile with PVC Film Schlegel
32 External Vertical Louvers Hunter Douglas Systems, Jindal Sections

Contractor PMC Client


33 Automated operable vents SE Controls, Geze
Glass Reinforce Fibre
Shenisha Corporation, ARK Interior and Construction
34 Concrete manufactures and
solutions, Yogi GRC Products Pvt Ltd
Installers
35 Façade Cleaning System Cradle Runways India Pvt. Ltd, Appletree,

D - For Landscape Works

Sr.
Materials Preferred makes / brands
No
Thermodrain. Fibrocast, Everlast Composites
1 FRP covers
Private Limited
Yuccable Planters, Sereno planters, Frontier
2 FRP Planters and Benches
Polymer, RAGA
Basant Batten, Pavers India Pvt. Ltd., Pavit,
3 Paver Blocks
Ultra Tiles
ACC, Ultratech, Vikram, Ambuja, JYPEE
4 Cement (PPC, OPC)
cement & J.K
All types of Admixtures and waterproofing
5 Fosroc, BASF, Sika, Pidilite
compounds
6 Ready Mix Concrete ACC, Lafarge, Ultratech
7 All types of Admixtures Fosroc, BASF, Sika, Pidilite
Timber Trendz, KBJ Interiors, Grid Floors Pvt
8 IPE Wood Panels
Ltd
Virendra Textiles, Ovilite Industries,
11 Drain cell and Geo textiles
Rightvision India Pvt Ltd.

E - For Interior Works

Sr.
Materials Preferred makes / brands
No
7.1 Flooring, Skirting and Dado Works
Vacuum Dewatering
1 Switech India Pvt Ltd, Tremix Flooring,
System
Piditop 333 (Non – metallic) – Pidilite, Nitotop - Fosroc, Sika,
2 Floor Hardener Fairmate, BASF
3 Cement (PPC, OPC) ACC, Ultratech, Vikram, Ambuja, JYPEE cement & J.K
4 Ready Mix Concrete ACC, Lafarge, Ultratech
5 All types of Admixtures Fosroc, BASF, Sika, Pidilite
6 Carpet Tiles Form Shaw, Interface, Mohawk, Milliken, Tandus
Carpet Roll form
7 Shaw, Interface,
(Board loom)
8 Carpet Protection Film 3M
9 Vinyl Roll form Tarkett, Polyflor, Armstrong, Forbo, Responsive

Contractor PMC Client


Aqua Mix Sealer from Choice Gold, Latecrete, Ardex Endura,
10 Stone Sealer Kerakoll, Fosroc
Epoxy Grouts for Stone
11 Kerakoll, Saint Gobain Weber, Latecrete, Ardex Endura
/ Tile
Adhesives for Stone /
12 Kerakoll, Saint Gobain Weber, Latecrete, Ardex Endura
Tile
Bubble Sheet for Floor
13 Cello, Floorguard,
Protection
14 Vitrified Tiles Somany, Nitco, RAK, Kajaria, Johnson,
15 Ceramic Tiles Somany, Nitco, RAK, Kajaria, Johnson,
Raised / Cavity
16 Uni floor, unitile india, Tate, ztfloor, access floor systems
Flooring
7.2 False Ceiling Works
Gypsum False Ceiling
1 Saint Gobain Gyproc, USG Boral
System
Acoustical False
2 Armstrong, AMF, USG Boral, Saint Gobain, Knauf Danoline
Ceiling System
3 Axioms Armstrong, AMF, USG Boral, Saint Gobain
Metal Modular False
4 Armstrong, Hunter Douglas, Techno Acoustics
Ceiling System
Wooden Metal Baffle
5 Armstrong, Hunter Douglas, Techno Acoustics, Durlum
Ceiling System
Calcium Silicate False
6 Ramco Hilux, Aerolite
Ceiling System
7.3 Partition Works
Gypsum Partition
1 Saint Gobain Gyproc, USG Boral
System
2 Insulation U.P TWIGA Fiberglass Ltd, LLOYD, Rockwool India,
Modular Glass Interior
3 Jeb, Otic Partition, Kubik, Cetterio, Damian
Partition System
Toughened Glass for
4 Saint Gobain, Asahi India Glass, Schott
Partitions
2Hr Fire Rated Glass
5 Vetrotech Saint Gobain, Schott TGS fire-rated glass
and Partition System
7.4 Finishing Works
Exterior Grade Acrylic
1 Asian Paints, Dulux, Berger, Akzonobel, Narolac
Emulsion Paint
Exterior Grade Texture
2 Asian Paints, Dulux, Berger, Akzonobel, Narolac
Paint
Interior Grade Acrylic
3 Asian Paints, Dulux, Berger, Akzonobel, Narolac
Emulsion Paint
4 Cement Paint Snowccem, Acro Paints
PU Polish for Wood
5 ICA, Asian Paints, Dulux
Works
6 Thermoplastic Paint Thermoline – Asian Paints, Albertono – Dulux Trade

Contractor PMC Client


7 Wall Paper Ego, Vescom, Asian Paints, Muraspec, Marshalls,
8 Vinly Graphics 3M, Avery Dennison, Lumar
7.5 Doors
2Hr Metal Fire Rated Shakti Hormann, MPP Technology, JSW, GMP Technical
1 Solutions
Door
Shakti Hormann, MPP Technology, JSW, GMP Technical
2 Regular Metal Doors Solutions
Modular Flush and
3 Glass Door with Metal Jeb, Otic Partition, Kubik, Cetterio, Damian
Frame
4 Flush Doors Greenply, Century, Anchor, Kitply, Euro Ply
5 Glass for Doors Saint Gobain, Asahi India Glass, Schott
2Hr Fire Rated Glass
6 Vetrotech Saint Gobain, Schott TGS fire-rated glass
and Door System
7 Door Hardware’s Geze, Dorma, Hafele, Assa Abloy
8 2hr Wooden Fire Doors Shakti Hormann, Kenwood, Promat, Tuffwood
7.6 Wood Works
1 Aluminum sections JSW, Bhoruka, Hindalco
2 All Types of Ply Greenply, Anchor, Euro, Kitply, Century
3 Wood Adhesive Speedex Fevicol, Jivanjor
Transparent Acrylic
4 2mm thick - Pentagon BOW - 720T, 3M VHB – 4918, Norton
Foam Tapes
5 Mirror Mounting Tapes Pentagon BOW, 3M, Norton
6 Soft Boards Forbo, Bajaj, Jolly Boards
7 Acoustical Boards Anutone – Strand board, AMF- Heradesign
All Types of Medium
8 Green Panelmax, Duratuff, Century, Action Tesa
Density Boards
9 Lacquered Glass Saint Gobain Planilaque, ASAHI, Form5, Pilkington
10 Laminate Merinolam, Greenlam, Royal Touch, Euro, Century, Formica
11 Veneer Greenply, Timex, Euro, Anchor, Century
12 Fabric Response, Sarom, Atmosphere, Decotex
13 Acrylic Solid Surface Du Pont Corian, LG Hi-Macs, Merino Hanex, Neonnex,
Acoustical Perforated
14 Armstrong, Ideatec, Topakustic, Fantoni
Wood Panels
15 Furniture Hardware’s Neki, Hafele, Hettich
16 PVC Edge Banding Rehau
17 Mirrors Saint Gobain, Modi guard, Golden fish
7.7 Signage’s
Signage Designing and
1 10March,
Executing Agency
2 Stainless Steel JSW, Tata,
7.8 Blinds

Contractor PMC Client


Blinds Fabric and
1 Hunter Doulas, Marvell, Vista, Ferrari, Phifer
System
Curtain Fabric and
2 D-Decor, Sarom, Ferrari, Decotex
System
7.9 Glass Privacy Films
1 Frosted Films 3M, Avery Dennison, Lumar
7.10 Metal Trims
1 Trims Bottom line
7.11 Entry Matts
1 Entry matts 3M
7.12 Fire Seal Works
1 Fire Seal Products HILTI, Promat, 3M,

F - For Plumbing Works

S. Preferred Preferred Make-


DESCRIPTION Preferred Make-1
NO. Make-2 3
S.S Floor drain, floor trap
1 GMGR
gratings Neer Chilly
CI Manholes As per IS:1729
2 (Manhole covers and NECO SKF
frames)
3 CI Gratings NECO SKF
4 Di Pipes Electrosteel Kesoram Jindal
5 DI Fittings Kartar Electrosteel
6 DI Manhole Cover/Grating NECO RIF BIC
GI/MS Pipes (IS : 1239 and
7 TATA Jindal Hissar
IS : 3589) Prakash Surya
8 GI pipes fittings Unik Zoloto M
9 GI pipe sealent Henkel - LOCTITE
UPVC Underground
10 AKG Supreme
Drainage Pipe (IS 15328) Astral
Cast Iron Hubless Pipe and Saint Gobain
11 NECO
Fittings ‘PAM’
IBP Connex- Jindal Steel
12 SS 316 Pipes and Fittings
Banninger (JSL) Geberit
SFRC Manhole
13 Jain Spun Pipe
Cover/Grating Pragati
14 RCC Pipes Jain Spun Pipe Pragati
Stoneware Pipes, Gully Perfect Potteries,
15 RK
Traps JABALPUR Anand
16 Butterfly Valve SKS VTM UTAM L&T (Audco)
17 Check Valve – Wafer Type SKS VTM UTAM Honeywell
18 Check Valve – Dual Plate SKS VTM UTAM Danfoss
Y Strainer Leader
19 SKS VTM UTAM

Contractor PMC Client


S. Preferred Preferred Make-
DESCRIPTION Preferred Make-1
NO. Make-2 3
GM / Forged Brass Ball Leader
20 SKS VTM UTAM
Valves
21 Pressure Reducing Valve SKS VTM UTAM OR (ITALY)
22 Air Vent SKS RB OR (ITALY)
23 Isolation Gate Valve CIM Leader Sant
Anti Vibration Mounting & Kanwal
24 Resistoflex
Flexible Connections Industrial
25 Motorised Butterfly Valve VTM UTAM Danfoss Belimo
26 Ball Float Valve Esseti HBD Zoloto
27 Pressure Guage H.Guru Fiebig
28 Temperature Guage H.Guru Fiebig
29 Hydropneumatic Pump Sets Grundfos Wilo Franklin Electric
Horizontal End Suction, Grundfos Wilo
30 Verticle Inline, Split Case, Franklin Electric
Monobloc Pumps
Submersible Drainage, Grundfos Wilo
31 Franklin Electric
Sewage Pumps
32 Dosing Pumps LMI Toschon Grundfos
33 Mechanical Seal Burgmann Sealol
34 Couplings Lovejoy Dunlop
35 Motor Bharat Bijlee ABB
Water Meter (Mechanical Actaris Kaycee
36 Capstan
Type)
37 Electronic Flow Meter Rockwin Khrone Marshall
Hydrostatic Sensor for Level Leveltron
38
Indication and Controlling
PLC Panel, 4 Channel Delta Mitsubishi
Analog Input Module,
39
Programmable touch screen
terminal
Panel Box enclosure for Advanced Automation
40
Pump automation system
MH Water Tank Plastic Foot KGM Patel
41 Pranali Industries
Steps
Polyolefin Closed Cell
42 Tubolit Thermaflex Thermobreak
Insulation
Mechanical Protection over
43 Paramount
exposed Insulation
44 Hot Water Geysers AO Smith Havells
45 Solar Panels Energen Solahart
46 Heat Pump Energen Climaveneta York
Hot Water Storage Tank
47 Energen Solahart
(Glass Lined/SS)
48 Welding Rods Esab ADOR Victor
49 Fire Sealant Hilti 3M

Contractor PMC Client


S. Preferred Preferred Make-
DESCRIPTION Preferred Make-1
NO. Make-2 3
50 Prefabricated Sumps SFA Kessel
Prefab Drains (Polyproylene,
51 MEA Drains ACO
Polymer Concrete)
Prefab Grease
52 Nu-Green Kessel
Traps/Separators
53 Backflow Preventers Kessel
54 Shower Channels Kessel Viega
55 Fasteners, Nuts, Bolts etc. Mupro Wurth Fixotech
Pipe Supports, Clamps,
56 Mupro Wurth Fixotech
Hangers, Channels etc.
57 Wire Rope Based Supports Gripple Hilti
58 Pipe Coat Material Pypkote Coaltek
59 Epoxy Paint Asian Paints Berger
60 Anti Corrossive Paints Asian Paints Berger
61 UV Alfa Creative
62 Ozonator Alfa Creative
63 Filter Brisanzia SIMA Fabricated
64 Softner Brisanzia SIMA Fabricated
PVC Multilayered Insulated
65 Frontier Sintex
Tanks
66 SS Insulated Tanks Pacos Neopure
67 Domestic RO System Kent Aquaguard
68 RO Plant Brisanzia SIMA
69 Pressure Vessel Pentair
Modular Rain Water
70 Furaat
Harvesting System

Contractor PMC Client

You might also like