You are on page 1of 116

CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

1.0 TECHNICAL SPECIFICATIONS OF FIRE PROTECTION SYSTEM

A mandatory Fire Protection system is required for the Proposed Hospital Building for CMC
of SERVICE & TEACHING FACILITY AT KANNIGAPURAM as per government
(National Building Code/ Tamil Nadu Fire Rescue Services Department) norms.

Hydrant Based Fire Protection system is proposed to be installed in the building. Fire
Protection system considered comprises of a Hydrant System with 7,50,000 Liters Under
Ground & 100,000(4 x 25,000) Liters OH Tanks, and 3sets of Electric Pump (Sprinkler,
Hydrant & Jockey Pump) and one set of Diesel Fire Fighting Pumps, the pump room is
located in the lower basement. The Main Fire Fighting Pump proposed shall have capability
to discharge 2280 LPM @ 85 MWC and Jockey Fire Fighting Pump 180 LPM @ 85 MWC.
Fire Hydrants are provided for discharging water with connected Hose Reel and Valves,
there are 23 no s of fire shafts, each shaft is provided with 100 mm Dia hydrant pipe with
hose real and other accessories, in which only 9 shaft is accommodated with 150 mm Dia
header pipe and 2 shaft is accommodated with 80mm Dia Sprinkler header pipe.

The ring main for Hydrant & sprinkler are taken through the lower basement ceiling level.
Automatic Sprinkler System is provided in all floors, Upright Sprinkler is provided in the
basement car park area & Pendent Sprinkler is provided in all the other areas (Shops, Banks,
and Corridors etc.), Outdoor type hydrant valve (Yard Hydrant) is provided around the
building at a radius of 30 m coverage. FBI & TFI are provided near the main gate. In the
event of a fire when the Hose Reel or Valve is opened, water will be automatically pumped
from the tank utilizing Electrically Operated Fire fighting Pumps for maintaining the
necessary water flow.

The minimum outlet pressure at the farthest Sprinkler/Hose Reel is 3.5 bars. Apart from the
above, one set of 5 kg DCP & 2 kg CO2 gas filled Fire Extinguishers are also provided in
each fire duct in every floors, 5 kg CO2 & 2 kg CO2 gas filled Fire Extinguishers are
provided in the plant rooms & 2 kg CO2 gas filled Fire Extinguishers are provided in the
service rooms in the mall building.

The entire Sprinkler pipe sizing distance are done according to NBC standards, Sprinkler
coverage is also designed according to NBC standards

Signature of Contractor 241 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

 Height of the Building 30mtrs


 Type of Building Hospital
 Fire Protection System for Basements Sprinklers, Hose Reels and Hydrant
Valves
 Number of Fire Shafts 23 no’s @1shaft per 1000sq.mtr

1.1 SCOPE OF WORK

The scope of work consists of the Acceptance of Overall Design, Equipment design, supply,
inspection, transportation to site, installation, testing and commissioning of the following
systems of Fire Fighting works conforming to National Building Code and Tariff Advisory
Committee (where details in National Building Code not available), but is not limited to the
same:

 Hydrant System and Sprinkler System


 Pumping System
 Fire Extinguishers
 Interface with Fire alarm and Building Management Systems.
 Conformity with statutory act, regulations, standards and safety codes

The Fire fighting system s equipment, materials, accessories and their installation shall
conform to relevant Indian Standard amended up to date the National Building Code part IV
Fire protection and in conformity with the local Fire Regulations and Rules there under
where they are in force. Provisions in local by-laws, if any, shall be complied with.

All electrical works in connection with fire fighting works shall be carried out in accordance
with the provision of Indian Electricity Act, 1910 and the Indian Electricity Rules, 1956
amended up to date, Tamilnadu Chief Electrical Inspector to Tamilnadu Govt rules and
regulations and to CPWD General Specifications for Electrical works Part I (internal) 1994
Part II External 1995 as amended up to date of receipt of tender.

1.1.1 INSPECTION AND TESTING OF MATERIALS

CONTRACTOR shall be required, to produce manufacturers test certificate for equipment


and particular batch of materials supplied to him. The tests carried out shall be as per the
relevant Indian Standards.

Signature of Contractor 242 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

For examination and testing of equipment materials and works at the site CONTRACTOR
shall provide all testing and gauging equipment necessary but not limited to the following:

 Theodolite
 Dumpy level
 Steel tapes
 Weighing machines
 Plumb bobs, spirit levels, hammers
 Micro meters, Tachometers
 Thermometers
 Hydraulic test machine
 Smoke test machine
 Any other item required for testing and commissioning.

All such equipment shall be tested for calibration at any approved laboratory by
CONTRACTOR at his cost, if required by ENGINEER / MEPC.

All testing equipment shall be preferably located in special room meant for the purpose.

Samples of all materials shall be got approved by ENGINEER/ MEPC before placing order
and the approved samples shall be deposited with ENGINEER.

1.1.2 DATA TO BE FURNISHED BY CONTRACTOR

After Award of work The CONTRACTOR shall submit the following data / drawings
within a fortnight of the award of work, for approval by ENGINEER.

G.A & foundation drawings for equipment and weight of assembled equipment like pump
set, valves, hydrants, hose cabinets etc.

Control and protection schematics, wiring diagrams and control wiring diagrams of
equipment showing the sequence operation.

Bar chart indicating general program for supply, installation, testing and commissioning and
handing over and also the related works to be done by other agencies to ensure timely
completion.

Signature of Contractor 243 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

Shop Drawings for all works

Any other data that may be necessary for the satisfactorily completion of work.

The above documents shall be furnished in 4 hardcopy sets to ENGINEER and one set of
editable soft copy in AutoCAD format. One set will be returned with comments and
approval. The document shall be modified incorporating the comments indicated by
ENGINEER and 4 sets of corrected documents shall be given in 15 days’ time.

The CONTRACTOR shall follow the drawings issued to him for installation work. He shall
check the drawings of other trades to verify spaces in which his work will be installed.
Maximum head room and space conditions shall be maintained at all points. Where Head
Room appears inadequate, the CONTRACTOR shall notify the ENGINEER before
proceeding with the installation. In case the installation is carried out without notifying, the
work shall be rejected and CONTRACTOR shall rectify the same at his own cost.

The CONTRACTOR shall examine all architectural, structural, plumbing, air conditioning
electrical and other services drawings and check the as-built works before starting the work,
report to the ENGINEER for any discrepancies and obtain clarification. Any changes found
essential to co-ordinate installation of his work with other services and trades, shall be made
with prior approval of the ENGINEER without additional cost to the OWNER.

Each item of equipment / material proposed shall be a standard catalogue product of an


established manufacturer strictly from the approved manufacturers.

Manufacturer’s drawings, catalogues, pamphlets and other documents submitted for


approval shall be in four sets. Each time in each set shall be properly labelled indicating the
specific services for which material or equipment is to be used giving reference to the
governing section and clause number and clearly identifying in ink the items and the
operating characteristics. Data of general nature shall not be accepted.

Before commencement of installation The CONTRACTOR shall also furnish 3 copies of


detailed installation, operation and maintenance manuals of manufacturers for all items of
equipment together with all relevant data sheet spare parts catalogue, repairs assembly and
adjustment procedures etc.

Signature of Contractor 244 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

1.1.3 BAR CHART

The CONTRACTOR shall provide within 3 weeks of award of work a complete bar chart
based on the time period of the completion of the project. The Bar Chart shall elaborate the
following:

 Procurement & Installation of piping


 Procurement and installation of Pump Sets.
 Procurement and installation of Valves.
 Pressure testing of piping.
 Testing and commissioning of pump sets.
 Testing and commissioning of all systems.

The CONTRACTOR will be required to give during Pre-Tender (as well as Post Tender)
period the time frame of major activities including Bar Chart, time when the activity shall be
executed as well as the co-ordination linkages required.

The sequence of erection of Pumps, the stage when it shall be executed, what is required
from Owner, lead period for pump procurement and time schedules as well as payment.

Procurement period of end items such as Hydrants etc., when they shall be procured, cash
flow requirement as well as when installation shall be done.

Commissioning of Systems, what requirements are needed from other services and period of
completion.

1.1.4 QUALITY OF MATERIAL AND WORKMANSHIP

All or part of equipment shall be of such design, size and material as to function
satisfactorily under all rated conditions of loading and operation and all components of the
equipment’s shall have adequate factor of safety, as determined by ENGINEER. Materials
components which are not covered by standards laid down by Indian Standard Institution
shall be got approved from ENGINEER before use on the work.

Signature of Contractor 245 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

The entire work of fabrication, assembly and installation shall conform to sound engineering
practice and on the basis of safe design. The mechanical parts subject to wear and tear
shall be of easily replaceable type.

The construction shall be such as to facilitate ease of operation, inspection, maintenance and
repairs. All apparatus shall be also be designed to ensure satisfactory operation under
working conditions as specified.

All connections and contacts shall be designed to minimize the risk of accidental short
circuit caused by animals, birds, vermin. Surfaces which are in / likely to in contact with oil
shall not be galvanized or cadmium plated.

The workmanship shall be best of its kind and shall conform to the specifications, as below
or Indian Standard Specifications in every respect or latest trade practices and shall be
subject to approval of the ENGINEER. All materials and/or Workmanship which in the
opinion of the ENGINEER/MEPC is defective or unsuitable shall be removed immediately
from the site and shall be substituted with proper materials and/or workmanship forthwith.

1.1.5 MATERIALS

All materials shall be best of their kind and shall conform to the latest Indian Standards.

All materials shall be of approved quality as per samples and origins approved by the
ENGINEER/MEPC.

As and when required by the ENGINEER/MEPC, the CONTRACTOR shall arrange to test
the materials and/or portions of works at his own cost to prove their soundness and
efficiency. If after tests any materials, work or portions or work are found defective or
unsound by the ENGINEER/MEPC, the CONTRACTOR shall remove the defective
material from the site, pull down and re-execute the works at his own cost to the satisfaction
of theENGINEER/MEPC. To prove that the materials used are as specified the
CONTRACTOR shall furnish the ENGINEER with original invoices on demand.

Signature of Contractor 246 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

1.1.6 INSPECTION AND TESTING AT MANUFACTURERS WORKS

The CONTRACTOR shall furnish such facilities as will be necessary for inspection and
witnessing of special tests, if any, of the equipment before dispatch at his or associates works
as are done at the works, if so required by ENGINEER.

1.1.7 TEST CERTIFICATES

Copies of all documents of routine test certificates of the equipment carried out at the
manufacture s premises shall be furnished to ENGINEER before dispatch of the equipment.

1.1.8 DISPATCH OF MATERIALS AND STORAGE

The CONTRACTOR should dispatch all materials to site in consultation with ENGINEER.
For this purpose the programme of dispatch of materials shall be framed, keeping in view the
building progress. Safe custody of all machinery and equipment supplied by the
CONTRACTOR shall be his own responsibility till the final taking over by OWNER.

1.1.9 CARE OF BUILDINGS

Care shall be taken, while handling/installing the equipment to avoid damage to the
buildings. On completion of the installation, the CONTRACTOR shall arrange to repair all
damages to the building caused during installation so as to bring to the original condition. He
shall also arrange to remove all unwanted waste materials from the buildings, pump room
and other areas used by him.

1.1.10 PAINTING AND PROTECTION

All equipment supplied shall be given final coat of paint over the primer after necessary
treatment at the works before dispatch. All damages to painting during transport and
installation shall be set right or repainted to the satisfaction of the engineer-in-charge before
handing over.

1.1.11 COMPLETION DRAWINGS

10 sets of equipment drawings shall be submitted by the CONTRACTOR while handing


over the installation.

Signature of Contractor 247 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

Equipment drawings.

(b) Electrical power and control wiring drawings for the entire electrical equipment showing
cable sizes, equipment capacities, switchgears ratings, control components, control wiring
etc.

1.1.12 FINAL INSPECTION, TESTING AND APPROVALS

When the installation is deemed by the CONTRACTOR to be complete, he shall arrange


with the consent of ENGINEER for inspection and testing of the installation by the
concerned local fire authorities. Test results obtained shall be recorded and installation shall
not be accepted until ENGINEER / OWNER is satisfied about its compliance with the
requirement of these specifications. It shall be the responsibility of the CONTRACTOR to
carry out any rectification / modification as may be suggested by the Fire

Officer and get the installation passed by the concerned local fire authorities, as may be
required by the local by-laws.

CONTRACTOR shall ensure that equipment installed complies with specification in all
respects and is of the correct rating for the duty and site connections.

CONTRACTOR shall ensure that all electrical circuits are correctly protected and that
protective devices are properly co-ordinated. CONTRACTOR shall ensure that general
requirement of inspection & testing shall be read in conjunction with any particular
requirement specified elsewhere in the document.

1.1.13 GUARANTEE

The CONTRACTOR shall guarantee the entire fire fighting installation as per specifications
& drawings. All equipment shall be guaranteed for one year from the date of taking over
against unsatisfactory performance or break down due to defective design, manufacture and
installation. The installation shall be covered by the conditions that whole installation or any
part thereof found defective within one year from the date of taking over shall be replaced or
repaired by the CONTRACTOR free of charge as decided by ENGINEER.

The warranty shall cover the following:-

Signature of Contractor 248 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

 Quality, strength and performance of materials use.


 Safe mechanical and electrical stress on all parts under all specified conditions of
operation.
 Satisfactory operation during the maintenance period.

1.2 SUMMARY OF FIRE FIGHTING SYSTEM

Sl. SERVICE
Description IPP IPG DOT OPD TOTAL
no BLOCKS
Pendant Type 926 1585 2750 2108 7745
1 376 nos.
Sprinklers nos. nos. nos. nos. nos.
Upright Type 926 1585 2750 2108 7369
2
Sprinklers nos. nos. nos. nos. nos.
Sidewall Type 397
3 397 nos.
Sprinklers nos.
Pipe Size for
4 Internal Maximum 150mm dia
Hydrants
Pipe Size for
5 External Maximum 150mm dia
Hydrants
Pipe Size for
6 Maximum 150mm dia
Sprinklers
Main Electric
7 Six numbers of 75 Hp pumps
Pumps (6nos)
Standby
8 Diesel Pump Two numbers of 95 Hp pumps
(2nos)
Jockey Pumps
9 Two numbers of 12.5 Hp pumps
(2nos)

Signature of Contractor 249 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

1.3 WATER STORAGE & DISTRIBUTION SYSTEM

1.3.1 WATER STORAGE

The static storage for Fire Protection is at present sized for 750 KL.

1.3.2 APPURTENANT

Following components shall be included in the water supply system for efficient
functioning:

 Automatic air vent at each of the high point.


 Drain valve at each of the low point.
 Pressure Release valve where abnormally high pressure is to be reduced.
 Water Hammer Arrestors (as required).
 Flow meter.
 Pressure Gauge.
 Anchor block / thrust block.

1.4 PIPING WORK FOR FIRE PROTECTION

1.4.1 GENERAL REQUIREMENTS

All materials shall be of the best quality conforming to the specifications and subject to the
approval of the ENGINEER.

Pipes shall be fixed in a manner as to provide easy accessibility for repair and maintenance
and shall not cause obstruction in shafts, passages etc.

Pipes shall be securely fixed to walls and ceilings by suitable clamps and supports
(galvanised after fabrication) at intervals specified. Only approved type of anchor fasteners
shall be used for RCC slabs and walls/ floors etc.

Valves and other appurtenances shall be so located that they are easily accessible for
operations, repairs and maintenance.

Signature of Contractor 250 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

Pipes and fittings shall be fixed truly vertical, horizontal or in slopes as required in a neat
workman like manner.

Pipe accessories such as gauges, meters, control devices, etc. shall have the same working
pressure rating as the associated pipe work. All pipe work shall be free from burrs, rust and
scale and shall be cleaned before installation. All personnel engaged on welding operations
must possess a certificate of competence issued by an acceptable / recognized authority.

1.4.2 PIPING

Pipes of following types are to be used:

Mild steel black Class C pipes as per IS:1239 heavy grade(for pipes of sizes 150 mm N.B.
and below) suitably lagged on the outside to prevent soil corrosion as per IS:10221. M.S.
pipes buried below ground shall also be suitably be lagged with 2 layers of 400 micron
polythene sheet over 2 coats of bitumen.

Mild Steel pipelines up to 150 mm dia shall be as per IS: 1239, Part-II (heavy grade) while
pipelines above 150 mm dia shall be as per I.S.:3589.

All pipe clamps and supports shall be fabricated from MS steel sections and shall be factory
galvanised before use at site. Welding of galvanised clamps and supports shall not be
permitted.

Pipes shall be hung by means of expandable anchor fastener of approved make and design.
The hangers and clamps shall be fastened by means of galvanised nuts and bolts. The size/
diameter of the anchor fastener and the clamps shall be suitable to carry the weight of water
filled pipe and dead load normally encountered.

Hangers and supports shall be thoroughly galvanised after fabrication. The selection and
design of the hanger & support shall be capable of carrying the sum of all concurrently
acting loads. They shall be designed to provide the required supporting effects and allow
pipeline movements as necessary. All guides, anchor braces, dampener, expansion joint and
structural steel to be attached to the building/structure trenches etc. shall be provided.
Hangers and components for all piping shall be approved by the MEP Consultants through
ENGINEER.

Signature of Contractor 251 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

The piping system shall be tested for leakages at 2 times the operating pressure or 1.5 time
shut-off pressure, whichever is highest including testing for water hammer effects.

Flanged joints shall be used for connections for vessels, equipment, flanged valves and also
on two straight lengths of pipelines of strategic points to facilitate erection and subsequent
maintenance work.

For pipes underground installation the pipes shall be buried at least one meter below ground
level and shall have 230 mm x 230 mm masonry or concrete supports at least 300 mm high at
3m intervals. Masonry work to have plain cement concrete foundation (1 cement: 4 coarse
sand: 8 stone aggregate) of size 380x380x75 thick resting on firm soil.

Mains below ground level shall be supported at regular intervals not exceeding 3.0 metres
and shall be laid at least 2.0 metre away from the building.

1.4.3 PIPING INSTALLATION & SUPPORT

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

Piping shall be properly supported on , or suspended from , on stands, clamps, hangers as


specified and as required. The CONTRACTOR shall adequately design all the brackets,
saddles, anchor, clamps and hangers, and be responsible for their structural stability.

Pipe work and fittings shall be supported by hangers or brackets so as to permit free
expansion and contraction. Risers shall be supported at each floor with

Galvanised steel clamps. To permit free movement of common piping support shall be from
a common hanger bar fabricated from Galvanised steel sections.

Pipe hangers shall be provided at the following maximum spacing’s:

Pipe Dia Hanger Rod Dia Spacing between Supports


(mm) (mm) (m)

Signature of Contractor 252 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

Up to 25 6 2
32 to 50 6 2.5
65 to 80 8 2.5
80 to 100 10 2.5
125 to 150 10 3.0
200 to 300 12 3.5

The end of the steel rods shall be threaded and not welded to the threaded bolt.

All pipe work shall be carried out in a proper workman like manner, causing minimum
disturbance to the existing services, buildings, roads and structure. The entire piping work
shall be organized in consultation with other agencies work, so that area can be carried out in
one stretch.

Cut-outs in the floor slab for installing the various pipes area are indicated in the drawings.
CONTRACTOR shall carefully examine the cut-outs provided and clearly point out
wherever the cut-outs shown in the drawings, do not meet with the requirements.

Pipe sleeves, larger diameter than pipes, shall be provided wherever pipes pass through
walls and slab and annular space filled with fibreglass and finished with retainer rings.

The CONTRACTOR shall make sure that the clamps, brackets, saddles and hangers
provided for pipe supports are adequate or as specified / approved by ENGINEER/MEPC.
Piping layout shall take due care for expansion and contraction in pipes and include
expansion joints where required.

All pipes shall be accurately cut to the required sizes in accordance with relevant BIS codes
and burrs removed before laying. Open ends of the piping shall be closed as the pipe is
installed to avoid entrance of foreign matter. Where reducers are to be made in horizontal
runs, eccentric reduces shall be used for the piping to drain freely. In other locations,
concentric reduces may be used.

Automatic air valves shall be provided at all high points in the piping system for venting. All
valves shall be of 15mm pipe size and shall be associated with an equal size gate valves.

Signature of Contractor 253 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

Automatic air valves shall be provided on hot water risers.

Discharge from the air valves shall be piped through a pipe to the nearest drain or sump. All
pipes shall be pitched towards drain points.

Pressure gauges shall be provided as shown on the approved drawings. Care shall be taken to
protect pressure gauges during pressure testing.

1.4.3.1HORIZONTAL FIRE FIGHTING PIPE SUPPORTS:

Description Image

The Fire fighting pipe should be simply suspended by


Sprinkler Clamp having knurled nut. The Sprinkler Clamp
should be pre galvanised with one- piece design for safe
hanging of sprinkler pipes. It should have height adjustable
arrangement so as to incorporate the suspended threaded
rod. The Mounting according to static requirements should
undertake into account the manufacturer's documents and
should be monitored according to VdS or UL /FM
Approval.

The Threaded Rods used for the suspension of the Duct


should be made up of partially annealed medium carbon
steel of grade 4.8 strength class.

The Drop-in anchors used for the suspension of the rods


should be ETA Approved with CE mark for cracked and Un
cracked concrete. It should be divided into four expansion
segments for uniform pressing force distribution in the
borehole.

The load bearing capacity for the selection of the sprinkler


clamp for suitable size of the pipe should be provided by the

Signature of Contractor 254 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

contractor to the consultant for verification.

1.4.3.2 TYPICAL ARRANGEMENT FOR HORIZONTAL FIRE FIGHTING PIPE


SUPPORT

1.4.3.3 VERTICAL FIRE FIGHTING PIPE SUPPORT:

Description Image

The Riser Pipes should be mounted on the support channel


with the help of a split clamps. The support channel should
be made up of cold rolled steel of quality DX51 or greater.
The Support channel should be pre galvanised with
minimum GSM of 255 and should have universal
mounting slot on the front of the rail for accurate
positioning of fasteners and system compatible round and
long holes on back of the rail.

The back side of the rail should be facing the wall and the
front side of the rail should be used to support the cable
tray. The Mounting according to static requirements
should undertake into account the manufacturer's
documents and should be monitored according to RAL -
GZ 655-C

Signature of Contractor 255 CMC Vellore


CMC-STFK/2016/TD-001 Technical Specifications-FP, FA & GSS Works-VOL-II

The Split Clamps should be pre galvanised and should


have a two-piece arrangement with ribbing reinforced
clamp body and two captive tightening bolts, secured with
loss washers for non-slipping high load bearing capacity.
The Split clamp should have an EPDM rubber lining
which will prevent the direct contact of Pipe with the steel.
The rubber lining should have the capacity to reduce the
structure borne noise vibration to up to 18 dB. The Clamp
should have the temperature capacity of -50 degree Celsius
to +150 degree Celsius. The Threaded Rods used for
connecting clamps to the channels for the Vertical Pipes
should be made up of partially annealed medium carbon
steel of grade 4.8 strength class. The Stud Type anchors
should be used to anchor the support channel on the wall
and should be ETA

Approved with CE mark for cracked and uncracked


concrete. Incase of mounting of support channel on hollow
block or brick wall the contractor should contact the
manufacturer who can provide ETA approved anchors.
The load calculations should be as per Finite Element
Method for the selection of the channels for suitable size of
the Pipe and should be provided by the contractor to the
consultant for verification

Signature of Contractor 256 CMC Vellore


1.4.3.4 HORIZONTAL ALL PURPOSE PIPE SUPPORTS

Description Image

The Plumbing Pipes should be simply supported by Split


Clamps. Split Clamps should be pre-galvanised and should
have a two-piece arrangement with ribbing reinforced
clamp body and two captive tightening bolts, secured with
loss washers for non-slipping high load bearing capacity.
The Split clamp should have an EPDM rubber lining which
will prevent the direct contact of Pipe with the steel. The
rubber lining should have the capacity to reduce the
structure borne noise vibration to up to 18 dB. The Clamp
should have the temperature capacity of -50 degree Celsius
to +150 degree Celsius. In the case of multiple pipes, the
supporting arrangement should be made using support
channel.

The Threaded Rods used for the suspension of the Duct


should be made up of partially annealed medium carbon
steel of grade 4.8 strength class.

The Drop-in anchors used for the suspension of the rods


should be ETA Approved with CE mark for cracked and
uncracked concrete. It should be divided into four
expansion segments for uniform pressing force distribution
in the borehole.

The load bearing capacity for the selection of the split


clamp for suitable size of the pipe should be provided by
the contractor to the consultant for verification.

1.4.3.5 TYPICAL ARRANGEMENT FOR HORIZONTAL PIPE SUPPORTS


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.4.3.6 VERTICAL ALL PURPOSE PIPE SUPPORTS

Description Image

The Riser Pipes should be mounted on the support channel


with the help of a split clamps. The support channel should
be made up of cold rolled steel of quality DX51 or greater.

The Support channel should be pre galvanised with


minimum GSM of 255 and should have universal
mounting slot on the front of the rail for accurate
positioning of fasteners and system compatible round and
long holes on back of the rail.

The back side of the rail should be facing the wall and the
front side of the rail should be used to support the cable
tray.

The Mounting according to static requirements should


undertake into account the manufacturer's documents and
should be monitored according to RAL - GZ 655-C

The Split Clamps should be pre-galvanised and should


have a two-piece arrangement with ribbing reinforced
clamp body and two captive tightening bolts, secured with
loss washers for non-slipping high load bearing capacity.
The Clamp should have the temperature capacity of -50

Signature of Contractor 258 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

degree Celsius to +150 degree Celsius.

In the case of pipe sizes beyond 4" for the steel pipe, it
should be clamped with either a Split pipe clamp with all
round welded nut or by using a Pipe strap.

The Threaded Rods used for connecting clamps to the


channels for the Vertical Pipes should be made up of
partially annealed medium carbon steel of grade 4.8
strength class.

The Stud Type anchors should be used to anchor the


support channel on the wall and should be ETA Approved
with CE mark for cracked and uncracked concrete.

Incase of mounting of support channel on hollow block or


brick wall the contractor should contact the manufacturer
who can provide ETA approved anchors.

The load calculations should be as per Finite Element


Method for the selection of the channels for suitable size of
the Pipe and should be provided by the contractor to the
consultant for verification.

1.4.3.7 TYPICAL ARRANGEMENT FOR VERTICAL PIPE SUPPORTS

1.4.3.8 HORIZONTAL CABLE TRAY SUPPORTS

Signature of Contractor 259 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Description Image

The Cable tray should be simply supported by Support


Channel made up of cold rolled steel of quality DX51 or
greater.

The Support channel should be pre-galvanised with


minimum GSM of 255 and should have universal
mounting slot on the front of the rail for accurate
positioning of fasteners and system compatible round and
long holes on back of the rail.

The Mounting according to static requirements should


undertake into account the manufacturer's documents and
should be monitored according to RAL - GZ 655-C.

The Threaded Rods used for the suspension of the Cable


tray should be made up of partially annealed medium
carbon steel of grade 4.8 strength class.

The Drop-in anchors used for the suspension of the rods


should be ETA Approved with CE mark for cracked and
uncracked concrete.

It should be divided into four expansion segments for


uniform pressing force distribution in the borehole.

The load calculations should be as per Finite Element


Method for the selection of the channels for suitable size of
the Cable tray and should be provided by the contractor to
the consultant for verification.

1.4.3.9 TYPICAL ARRANGEMENT FOR HORIZONTAL CABLE TRAY


SUPPORTS
Signature of Contractor 260 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.4.3.10 VERTICAL CABLE TRAY SUPPORT

Description Image

The Vertical cable tray should be mounted on the support


channel. The support channel should be made up of cold
rolled steel of quality DX51 or greater.

The Support channel should be pregalvanised with


minimum GSM of 255 and should have universal
mounting slot on the front of the rail for accurate
positioning of fasteners and system compatible round and
long holes on back of the rail. The back side of the rail
should be facing the wall and the front side of the rail
should be used to support the cable tray.

The Mounting according to static requirements should


undertake into account the manufacturer's documents and
should be monitored according to RAL - GZ 655-C

Signature of Contractor 261 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The Threaded Rods used for the tightening of the channels


for the Vertical Cable tray should be made up of medium
carbon steel, partially annealed medium carbon steel of
grade 4.8 strength class.

The Stud Type anchors should be used to anchor the


support channel on the wall and should be ETA Approved
with CE mark for cracked and Un cracked concrete.

In case of mounting of support channel on hollow block or


brick wall the contractor should contact the manufacturer
who can provide ETA approved anchors.

The load calculations should be as per Finite Element


Method for the selection of the channels for suitable size of
the Cable tray and should be provided by the contractor to
the consultant for verification.

1.4.3.11 TYPICAL ARRANGEMENT FOR VERTICAL CABLE TRAY


SUPPORTS

1.4.3.12 CABLE TRAY SUPPORTS TABLE

Signature of Contractor 262 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Support Vertical Rod Maximum Spacing between


Cable Tray Size
Channel mm Dia mm supports mm

Upton 450 mm 27x18x1.2 M8 1500

451 - 600 mm 38x24x2 M10 1500

601 - 1200 mm 38x40x2 M10 1500

1201 mm and above 40x60x2.5 M12 1500

1.4.4 PIPE FITTINGS

Pipe fittings mean tees, elbows, couplings, unions, flanges, reducers etc and all such
connecting devices that are needed to complete the piping work in its totality.

Forged steel screwed type fitting shall be used for pipes of 50 mm dia & below.
Fabricated fittings shall not be permitted for pipesdiameters50mm and below. Fabricated
fittings used on pipe size 65 mm & above shall be fabricated, welded in workshops. They
shall be inspected by Project Manager before dispatch from the workshop. The welding
procedures of the workshop should have been approved by the rules for sprinkler system
and applicable to hydrant and sprinkler system. For T connection, pipes shall be drilled
and reamed. Cutting by gas or electrical welding shall not be permitted.

1.4.5 PROCEDURE FOR PYPKOTE / COATEK APPLICATION

Surface Preparation - The pipe surface shall be cleaned by a wire brush.

Application of Primer - Pypkote / Coatek primer is to be applied on pipes immediately


after cleaning. This is to prevent any further accumulation of rust on the pipe. This is a
cold applied primer and is applied by brush.

Application of Pypkote / Coatek 4 mm Tape - After the primer is applied on the pipe, it is
allowed to dry for about 30 min. till it becomes touch dry. Before adhering the tape to the
pipe, it is advisable to gently heat the primer coated pipe by a run of LPG torch. Remove
the bottom polyethylene from the tape & then heat bottom surface of the tape by LPG
torch or any heat source & start wrapping the tape to the pipe by heating the primer coated
Signature of Contractor 263 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

pipe & by removing the bottom polyethylene from the tape before wrapping better
adhesion between the tape & pipe is obtained. Overlaps are maintained with a minimum
of 12.5 mm.

Tape coating of weld joints - The tape is applied over the weld joints after the necessary
welding & testing methods of the joints is completed. The procedure for application of
tape shall be the same as bare pipe procedure. Overlaps on each side of the weld joints
shall be 50 mm.

A final coat of White wash with water based cement paint is done immediately over the
entire coated pipe.

1.4.6 JOINTING

1.4.6.1 WELDED JOINTS:

Joints between MS pipes and fittings shall be made with the pipes and fittings having V
groove and welded with electrical resistance welding in an approved manner. But
welding without V groove shall not be permitted.

All joints in the pipe line with screwed fittings shall be seal welded after testing and the
weld plus the adjoining portion shall be given two coats of zinc rich primer.

1.4.6.2 FLANGED JOINTS (65 MM DIA AND ABOVE)

Flanged joints with flanges conforming to IS: 6392 shall be provided on

Straight run sat intervals not exceeding 25-30m on pipe lines of 50 mm dia and above and
as directed by the Project Manager.

For jointing all types of valves, appurtenances, pumps, connections with other type of
pipes, to water tanks and other places necessary and as required for good engineering
practice and as shown/noted on the drawings.

Flanges shall be with GI bolts and nuts and 3mm insertion gasket of natural rubber
conforming to IS: 11149.

1.4.6.3 UNIONS (UP TO 50 MM DIA)

Signature of Contractor 264 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Approved type of dismountable unions shall be provided on pipe lines of 40 mm dia and
smaller dia, in locations similar to those specified for flanges.

1.4.7 AIR VESSEL

The air vessel shall be provided to compensate for slight loss of pressure in the system
and to provide an air cushion for counter-acting pressure, surges, whenever the pumping
sets come into operation. Air vessel shall conform to IS: 3844 and IS: 4736. It shall be
normally half full of water, when the system is in normal operation. Air vessel shall be
fabricated with 8 mm thick M.S. plate with dished ends and suitable supporting legs. It
shall be provided with one 100 mm dia flanged connection from pump, one 25 mm drain
with valve, one water level gauge and 25mm sockets for pressure switches. The air vessel
shall be tested to pressure for 12 hours at 2 times the operating pressure or 1.5 times the
shut-off or 10.5 KG /cm2 pressure.

1.4.8 AIR CUSHION TANK

Every wet riser shall be provided with an air cushion tank at its top most point. The air
cushion shall be provided with an automatic air release cock, 20 mm dia drain pipe, drain
valve and shut off valve.

1.4.9 FIRE BRIGADE CONNECTION

A fire brigade inlet connection with a non-return valve shall be provided to facilitate the
fire brigade to pump water into the installation by the use of their own equipment. Four
way or 150 mm dia connection to the system shall comprise of four instantaneous pattern
63 mm dia. male inlets shall be with caps and chains complete with 150 mm dia. sluice
valves, no-return valve housed in a M.S. cabinet with glass fronted door. The cabinet
shall be suitable for recess mounting.

1.4.10 SYSTEM DRAINAGE

The system shall be provided with suitable drainage arrangements with GI piping of
40mm dia,complete with all accessories, and provided with 40 mm dia drain valve.

1.4.11 VALVE CHAMBERS

Signature of Contractor 265 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Provision of suitable brick masonry chambers in cement mortar 1:5 (1 cement : 5 coarse
sand) on cement concrete foundations 150 mm thick or 230 mm thick wall 1:5:10 mix (1
cement:5 fine sand : 10 graded stone aggregate 20 mm nominal size ) with 15 mm thick
cement plaster inside and outside finished with a plaster inside and outside finished with
a floated coat of neat cement inside with cast iron surface box approved by fire brigade
including excavation, back-filling complete shall be made.

1.4.12 VALVES

1.4.12.1 SLUICE VALVES

Sluice valves shall be double flanged valves with cast iron body. The spindle, wall seat
and wedge nuts shall be of bronze. They shall generally have non-rising spindle and shall
be of the particular duty and design.

The valves shall be supplied with suitable flanges, non- corrosive bolts and asbestos fibre
gaskets. Sluice valves shall conform to Indian Standard IS: 780-1969 and IS: 2906.

1.4.12.2BUTTERFLY VALVE

The butterfly valve shall be suitable for water works and rated for 300 P.S.I

The body shall be of cast iron to IS:210 in circular shape and of high strength to take the
water pressure . The disc shall be heavy duty cast iron with anti-corrosive epoxy or nickel
coating.

The valve seat shall be of high grade elastomer or nitrile rubber. The valve is closed
position shall have complete contact between the seat and the disc throughout the
perimeter. The elastomer rubber shall have a long life and shall not give away on
continuous applied water pressure. The shaft shall be EN 8 grade carbon steel. The valve
shall be fitted between two flanges on either side of pipe flanges. The valve edge rubber
shall be projected outside such that they are wedged within the pipe flanges to prevent
leakages.

1.4.12.3BALL VALVE

The ball valve shall be made forged brass and suitable for test pressure of pipe line. The
valve shall be internally threaded to receive pipe connections.
Signature of Contractor 266 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The ball shall be made from brass and machined to perfect round shape and subsequently
chrome plated. The seat of the valve body-bonnet gasket and gland packing shall be of
Teflon.

The handle shall be provided with PVC jacket. The handle shall also indicate the
direction of open and closed situations. The gap between the ball and the teflon
packing shall be sealed to prevent water seeping.

The handle shall also be provided with a lug to keep the movement of the ball valve
within 90°. The lever shall be operated smoothly and without application of any
unnecessary force.

1.4.12.4GUN METAL VALVES

Gun metal Valves shall be used for smaller dia pipes, and for threaded connections. The
Valves shall bear certification as per IS: 778

The body and bonnet shall be of gun metal to IS: 318. The stem gland and gland nut shall
be of forged brass to IS: 6912. The hand wheel shall be of cast iron to IS: 210.

The Hand wheel shall be of high quality finish to avoid hand abrasions. Movement shall
also be easy. The spindle shall be non-rising type.

1.4.12.5NON-RETURN VALVE

Non-Return valves shall be cast iron double flanged with cast iron body and gunmetal
internal parts conforming to IS: 5312.

1.4.12.6PRESSURE RELIEF VALVE

Each System shall be provided with a Pressure Relief Valves. The Valve shall be spring
actuated and set to operate as per field requirement. The Valve shall be constructed of
bronze and provided with an open discharge orifice for releasing the water. The Valve
shall be open lift type.

1.4.13PRESSURE SWITCH

The pressure switches shall be employed for starting and shutting down operation of
pumps automatically, dictated by line pressure. The Pressure Switch shall be diaphragm

Signature of Contractor 267 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

type. The housing shall be die cast aluminium, with SS 316 movement, pressure element
and socket. The set pressure shall be adjustable.

The Switch shall be suitable for consistent and repeated operations without change in
values. It shall be provided with IP: 55 water and environment protection.

1.4.14PRESSURE GAUGE

Pressure gauge shall be provided near all individual connections of the hydrant system
with isolation valves and near each flow switch assembly of the sprinkler system.
Pressure gauge shall be 50 mm dia gunmetal bourdon type with gunmetal isolation ball
valve, tapping and connecting pipe and nipple. The gauge shall be installed at appropriate
height for easy readability.

1.4.15PAINTING

All Hydrant and Sprinkler pipes shall be painted with post office red colour paint. All M
S pipes shall first be cleaned thoroughly before application of primer coat. After
application of primer coat two coats of enamel paint shall be applied. Each coat shall be
given minimum 24 hours drying time. No thinners shall be used. Wherever required all
pipe headers shall be worded indicating the direction of the pipe and its purpose such as
"TO RISER NO.1" etc.

Painting shall be expertly applied, the paint shall not over run on surfaces not requiring
painting such as walls, surfaces etc. Nuts and bolts shall be painted black, while valves
shall be painted blue.

1.4.16 EXCAVATION

Excavation for pipe lines shall be in open trenches to levels and grades shown on the
drawings or as required at site. Pipe lines shall be buried with a minimum cover of 1
meter or as shown on drawings.

Wherever required CONTRACTOR shall support all trenches or adjoining structures


with adequate timber supports, shoring and strutting.

Signature of Contractor 268 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

On completion of testing in the presence of the Project Manager and pipe protection,
trenches shall be backfilled in 150 mm layers and consolidated. CONTRACTOR shall
dispose of all surplus earth as directed by the ENGINEER.

1.4.17ANCHOR / THRUST BLOCK

CONTRACTOR shall provide suitably designed anchor blocks in cement concrete/steel


support to cater to the excess thrust due to work hammer and high pressure

Thrust blocks shall be provided at all bends, tees and such other location as determined
by the Project Manager.

Exact location, design, size and mix of the concrete blocks/ steel support shall be as
shown on the drawings or as directed by the Project Manager prior to execution of work.

1.5 FIRE HYDRANTS

1.5.1 EXTERNAL HYDRANTS

CONTRACTOR shall provide external hydrants. The hydrants shall be controlled by a


cast iron sluice valve. Hydrants shall have instantaneous type 63mm dia outlets. The
hydrants shall be double outlet conforming to IS: 908 with CI duck foot bend and flanged
riser or required height to bring the hydrant to correct level above ground.

CONTRACTOR shall provide for each external fire hydrant two numbers of 63mm dia.
15 m long RRL hose pipe with stainless steel male and female instantaneous type
couplings machine wound with GI wire (hose to IS:636 type certification),stainless steel
branch pipe with nozzle to IS:903. This shall be measured and paid for separately.

c. Each external hydrant hose cabinet shall be provided with a drain in the bottom plate.

Each external hydrant hose cabinet containing items as above shall also be provided with
a nozzle spanner. This shall be measured and paid for separately.

Each hose cabinet shall be conspicuously painted with the letters FIRE HOSE.

1.5.2 INTERNAL HYDRANTS

Signature of Contractor 269 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

CONTRACTOR shall provide on each landing and other locations as shown on the
drawings double headed stainless steel landing valve with 63 mm dia inlet as per IS:5290,
with shut off valves having cast iron wheels as shown on the drawings. Landing valve
shall have flanged inlet and instantaneous type outlets as shown on the drawings.

Instantaneous outlets for fire hydrants shall be standard pattern and suitable for fire
hoses.

CONTRACTOR shall provide for each internal fire hydrant station of 63 mm dia. Two
numbers of 15 m long rubberized fabric lined hose pipes with stainless steel male and
female instantaneous type coupling machine would with GI wire (hose to IS:636 type 2
and couplings to IS:903 with IS certification), fire hose reel, gunmetal branch pipe with
nozzle to IS:903. This shall be measured and paid for separately.

CONTRACTOR shall provide standard fire hose reels of 20mm dia high pressure dunlop
rubber hose 30 m long with chromium plated brass shutoff nozzle, all mounted on a
circular hose reel of heavy duty mild steel construction having cast iron brackets. Hose
reel shall be connected directly to the wet riser with an isolating valve. Hose reel shall
conform to IS: 884 and shall be mounted vertically. This shall be measured and paid for
separately.

Each internal hydrant hose cabinet shall be provided with a drain in the bottom plate. The
drain point shall be lead away to the nearest general drain.

Each internal hydrant hose cabinet containing items as above shall also be provided with
a nozzle spanner and a Fireman s Axe. The cabinet shall be recessed in the wall as
directed. This shall be measured and paid for separately.

Each hose cabinet shall be conspicuously painted with the letters FIRE HOSE.

1.5.3 HOSE REEL

Hose reel shall conform to IS : 884, heavy duty, 20 mm dia length shall be 30 metre long
fitted with gun metal chromium plated nozzle, mild steel pressed reel drum which can
swing up to 170 degree with wall brackets of cast iron finished with red and black enamel
complete.

Signature of Contractor 270 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.5.4 FIRE HOSE

All hose pipes shall be of 63 mm diameter and 15m length RRL conforming to IS: 636 or
IS: 8423. The hose shall be provided with copper alloy delivery coupling. The hose shall
be capable of withstanding a bursting pressure of 35.7 Kg/Sq.cm without undue leakage
or sweating. Hose shall be provided with instantaneous spring-lock, type couplings.

1.5.5 BRANCH PIPE, NOZZLE

Branch pipes shall be of gun metal or aluminium with loaded tin bronze ring at the
discharge and to receive the nozzle and provided at the other with a leaded tin bronze ring
to fit into the instantaneous coupling. Nozzle shall be of spray type of diameter of not less
than 16 mm and not more than 25 mm. Nozzle shall be of loaded tin bronze branch pipe
and nozzle shall be of instantaneous pattern conforming to Indian Standard - 903.

1.5.6 HOSE CABINET

Hose cabinet shall be provided for all internal and external fire hydrants. Hose cabinets
shall be fabricated from 14 gauge SS 304 of fully welded construction with hinged
double front door partially glazed (4 mm glass panel) with locking arrangement, stove
enamelled fire red paint (shade No. 536 of IS:5) with FIRE HOSE written on it
prominently (size as given in the schedule of quantities). Cabinet surfaces in contact with
the walls shall not be powder coated but instead given two coats of anti-corrosive
bitumastic paint.

1.5.7 INTERNAL HOSE CABINET

Hose cabinet shall be of glass fronted with hinged door & lock. The cabinet shall be made
of 14 gauge thick MS sheet and spray painted to shade No. 536 of IS: 5.The hose cabinet
shall be of size to accommodate the following:

 Landing Valves (Single headed)


 Hose pipe
 Hose reel (30 meter.)
 Branch pipes, nozzles (2 sets)
 Fire man's axe and hand appliances

Signature of Contractor 271 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.5.8 EXTERNAL HOSE CABINET

The hose cabinet shall be of size to accommodate the following

 Single/Double headed yard hydrant valve


 Hose pipe (2 length of 15 m)
 Branch pipes, nozzles (2 sets)

1.6 SPRINKLER SYSTEM

1.6.1 GENERAL SPECIFICATION

The scope of work shall include supply, installation, commissioning, testing of the
system as a whole. The sprinkler heads are to be fixed into heavy quality black steel pipes
(class C ), conforming to IS: 1239 or any other approved specification. The size of pipe
will vary from 25 mm to 150mm to suit the hydraulics of the system. The System shall
conform NBC Rules for the installation of sprinkler systems in general for 'Ordinary
Hazard' category-in respect of design, density and spacing of sprinkler heads.

Reduction in pipe sizes shall not be made by use of bushings. All piping shall be done by
means of welding, screwed & flanged jointing as per IS codes.

Due care shall be taken that sprinklers are not applied with paint at the time of applying
paint to piping and fittings.

All control, drain, test and alarm valves shall be provided with signs to identify their
purposes, functions, direction of flow the satisfaction of the ENGINEER.

1.6.2 QUARTZOID BULB AUTOMATIC SPRINKLER

Sprinkler heads shall be made of brass/ quartzoid bulb sufficiently strong, in compression
to withstand any pressure, surge or hammer likely to occur in the system. The yoke &
body shall be made of high quality gun metal brass with arms streamlined to ensure
minimum interference with the spread of water. The deflector of suitable design shall be
fitted to give even distribution of water over the area commanded by the sprinkler.

The bulb shall contain a liquid having a freezing point below any natural climatic figure
and a high coefficient of expansion. The temperature rating of the sprinkler shall be

Signature of Contractor 272 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

stamped on the deflector & the colour of the liquid filled in the bulb shall be according to
the temperature rating as per HFPA standard. The sprinkler heads shall be of type &
quality approved by the local fire brigade authority. The inlet shall be screwed.

The sprinklers shall have 15mm nominal size of the orifice for ordinary hazard. The
orifice size shall be marked on the body or the deflector of the sprinkler. Metal guards for
protection of sprinkler against accidental or mechanical damage shall be provided as
desired by the ENGINEER/MEPC.

CONTRACTOR shall submit detailed submittal and discharge spray pattern for the
Sprinkler for the approval of ENGINEER/MEPC

OPERATING TEMPERATURE

The Operating temperature at which the quartzoid bulb of the sprinkler head shall
actuate, shall be 68/ 79 degree C or as specifically mentioned.

SPRINKLER INSTALLATION

Sprinkler heads shall be located in positions shown on the drawings. While slight
relocation may result from building construction features or interference from other
services, the maximum spacing between sprinkler heads and coverage area shall not
exceed those stipulated in the TAC regulations or as per the NBC rules or NFPA 13-1994
Rules.

Allowance shall be made for such relocations within a radius of 1500 mm of the indicated
positions without additional cost. The Fire Protection Services Trade shall co- ordinate
with the ceiling Trade to set out the sprinkler locations to suit the site location of the unit
grid. In general, all sprinklers shall be located at the centre of the ceiling unit and a
provision of about 10% more sprinklers and pipe work than required in TAC and NFPA
Rules shall be included in this sub-contract. Chrome plated wire mesh guards shall be
used to protect the sprinkler heads which are liable to accidental or mechanical (at no
extra cost) damage.

1.6.3 FLOW REQUIREMENTS

Signature of Contractor 273 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The flow requirement for sprinkler heads shall be specifically approved for the
designated area of installation.

1.6.4 ORIFICE PLATES

For restricting pressure at lower levels in the sprinkler system, orifice plates of
appropriate sizes shall be fitted at different floor levels, at the branching points from
Riser Main.

The Diameter of such orifice shall not be less than 50%of the dia of pipe into which it is
to be fitted, which shall not be less than 50mm dia. These orifice plates must be of
stainless steel with plain central hole without burrs, and the thickness shall be 3mm for
pipe size up to 80 mm, 6 mm for pipes from 80 to 125 mm dia and 9 mm for pipes greater
than 125 mm dia. Such orifice plate must have a projecting identification tag.

The orifice plate shall fitted not less than two pipe internal diameters downstream of the
outlet from any elbow or brand.

CONTRACTOR shall submit the design and identify location on drawing before
installation.

1.6.5 INSTALLATION CONTROL VALVES

Each installation shall be provided with a set of installation control valves comprising:-

 An Alarm Valve.
 A Water Motor Alarm & Gong.

Installation valves shall be installed on the sprinkler circuits as shown on the drawings.

CONTRACTOR shall submit detailed shop drawings showing the exact location, details
of installation of the valves/alarm in all respects.

Installation valve shall comprise of a cast iron body with gunmetal trim, and double
seated clapper check valves, pressure gauges, test valve and orifice assembly and drain
valve with pressure gauges, turbine water gong including all accessories necessary and
required and as supplied by original equipment manufacturer and required for full and

Signature of Contractor 274 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

satisfactory performance of the system. A cast iron isolation valve with lock and chain at
the inlet of the installation valve shall be provided.

1.6.6 INSPECTION AND TEST VALVE ASSEMBLY

Inspection and testing of the automatic starting of the sprinkler system shall be done by
providing an assembly consisting of gunmetal valves, gunmetal sight glass, bye-pass
valve and orifice assembly as per approved drawing.

1.6.7 FLOW SWITCH

Flow switch shall have a paddle made of flexible and sturdy material of the width to fit
within the pipe bore. The terminal box shall be mounted over the paddle/ pipe through a
connecting socket. The Switch shall be potential free in either N O or N C position as
required. The switch shall be able to trip and make / break contact on the operation of a
single sprinkler head. The terminal box shall have connections for wiring to the
Annunciation Panel. The flow switch shall have connections for wiring the seat shall be
of S.S to the Annunciation Panel. The flow switch shall have IP: 55 protection.

The flow switch work at a triggering threshold bandwidth (flow rate) of 4 to 10 GPM.
Further, it shall have a Retard to compensate for line leakage or intermitted flows.

Measurement:

Mild steel pipes shall be measured per linear meter of the finished length and shall
include all fittings (including flanges), welding joint, clamps for fixing to walls or
hangers, anchor fasteners and testing.

Flanges shall include 1.5 mm thick compressed asbestos gasket, nuts, bolts and testing.

Butterfly Valves, check valves shall be measured by numbers and shall include all items
necessary and required for fixing and as given in the specifications/schedule of
quantities. Landing valves, hose cabinets, rubberized fabric linen fire hose pipes, first-aid
fire hose reels (with Cast Iron full way valves) and Stainless steel branch pipes shall be
measured by numbers and shall include all items necessary are required for fixing as
given in the specifications/schedule of quantities.

Signature of Contractor 275 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Suction and delivery headers shall be measured per linear meter of finished length and
shall include all items as given in the schedule of quantities.

Painting/wrapping shall be included in the rate for pipes and no separate payment shall be
made. No additional payment shall be admissible for cutting holes or chases in walls or
floors, making connections to pumps, equipment and appliances.

1.6.8 MAIN STOP VALVE

These shall be of cast iron body of requisite size. When closed, these will shut off supply
of water to the installation.

A location plate must be fixed on the outside or an external wall, as near to the main stop
valve as possible, bearing the following words on raised letters or other approved type
letter.

Sprinkler Stop Valve Inside: The word `sprinkler stop valve' shall be in letters of at least
35mm and the word "INSIDE" at least25mm in height. The words shall be painted white
on black back ground.

All stop valves shall be right handed i.e. they shall be so constructed that in order to shut
the valve the spindle shall turn from left to right. There shall be an indicator which will
show whether the valve is open or shut.

1.6.9 PIPES FOR DRAINAGE

Sprinkler pipes shall be so installed that the system can be thoroughly drained. As far as
possible all pipes shall be arranged to drain to the installation drain valve as shown in the
drawing for ordinary hazard system.

In the case of basement & other areas where sprinkler pipe-work is below the installation
drain valve & in other trapped points in the system, auxiliary valves of the following sizes
shall be provided.

-20 mm valves for pipes up to 50mm dia.

-25 mm valves for pipes up to 80 mm dia pipe.

-50 mm valves for pipes larger than 80mm dia.

Signature of Contractor 276 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.6.10 SYSTEM DESIGN

The entire sprinkler installation shall be designed to make it a hydraulically balanced


system. The pressure requirement at typical floors shall be designed between 2.5 bar and
3.5 bar.

1.7 FIRE PUMPS AND ALLIED EQUIPMENT’S

1.7.1 SCOPE

Work under this section shall consist of furnishing all labour, materials, equipment and
appliances necessary and required to completely install electrically operated and diesel
driven pumps and as required by drawings and specified hereinafter or given in the
schedule of rates.

 Electrically operated pumps with motors and diesel engine driven pumps
with diesel engine, common base plates, coupling, coupling guard and
accessories.
 Automatic starting system with all accessories, wiring and connections and
pressure switches.
 Motor control centre.
 Annunciation system with all accessories wiring and connections.
 Pressure gauges with isolation valves and piping, bleed and block valves.
 Suction strainers and accessories.
 Vibration eliminator pads and foundation bolts.
 Leak-off drain shall be led to the nearest floor drain.

1.7.2 GENERAL REQUIREMENTS

Pumps shall be installed true to levels on suitable concrete foundations. Base plate shall
be firmly fixed by properly grouted foundation bolts.

Pumps and motors shall be truly aligned by suitably instruments. Record of such
alignment shall be furnished to the ENGINEER/MEPC.

Signature of Contractor 277 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

All pump connections shall be standard flanged type with number of bolts as per relevant
standard requirement for the working pressure. Companion flanges shall be provided
with the pumps.

Manufacturer’s instructions regarding installation, connections and commissioning shall


be strictly followed.

CONTRACTOR shall provide necessary test certificates, type test certificates,


performance curves and NPSH curves of the pumps from the manufacturer when called
for. The CONTRACTOR shall provide facilities to the Project Manager & MEPC for
inspection of equipment during manufacturing and also to witness various tests at the
manufacturer s works without any cost to the Project Manager or MEPC.

Seismic isolation and clamping for each pump and flexible connection on the suction as
well as the discharge side shall be provided.

The CONTRACTOR shall submit with this tender a list of recommended spare parts for
three years of normal operation and quote the prices for the same as a separate submittal /
annexure.

1.7.3 ELECTRIC FIRE PUMP

GENERAL

The electric fire pump shall be suitable for automatic operation complete with necessary
electric motor and automatic starting gear, suitable for operation on 415 volts, 3 phase, 50
Hz. A.C. system. Both the motor and the pump shall be assembled on a common base
plate, fabricated M.S. channel type or cast iron type.

DRIVE

The pump shall be direct driven by means of a flexible coupling. Coupling guard shall
also be provided.

FIRE PUMP

Signature of Contractor 278 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The fire pump shall be horizontally mounted multistage centrifugal type. It shall have a
capacity to deliver 2280 lpm (85MWC) as specified, and developing adequate head so as
to ensure a minimum pressure of 3.5 Kg/Sq.cm at the highest and the farthest outlet.

The pump shall be capable of giving a discharge of not less than 150 per cent of the rated
discharge, at a head of not less than 65 per cent of the rated head. The shut off head shall
be within 120 per cent of the rated head.

The pump casing shall be of cast iron to grade FG 200 to IS: 210 and parts like impeller,
shaft sleeve, wearing ring etc. shall be of non-corrosive metal like bronze. The shaft shall
be of stainless steel. Provision of mechanical seal shall also be made.

Bearings of the pump shall be effectively sealed to prevent loss of lubricant or entry of
dust or water. The pump shall be provided with a plate indicating the suction lift, delivery
head, discharge, speed and number of stages. The pump casing shall be designed to
withstand 1.5 times the working pressure.

Provision of Jockey Pump for low and high zone shall be made. The pump shall be
vertical SS type and of detail as in schedule of quantity. CONTRACTOR shall verify that
the capacity of the Jockey pump shall not be less than 3% (Minimum 180 LPM) and not
more than 10% of the installed pump capacity.

MOTOR

The motor shall be squirrel cage A.C. induction type suitable for operation on 415 volts 3
phase 50 Hz. system. The motor shall be totally enclosed fan cooled type conforming to
protection clause IP 55. The class of insulation shall be F. The synchronous speed shall be
1470 RPM as specified. The motor shall be rated for continuous duty and shall have a
horse power rating necessary to drive the pump at 150 per cent of its rated discharge with
at least 65 percent rated head. The motor shall conform to I.S.325-1978.

MOTOR STARTER

The motor starter shall be as per detail in MCC. The unit shall include suitable current
transformer and ammeter of suitable range on one line to indicate the current. The starter
shall not incorporate under voltage, no voltage trip overload or SPP.

Signature of Contractor 279 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The starter assembly shall be suitably integrated in the power and control panel for the
wet riser system & sprinkler system.

1.7.4 DIESEL FIRE PUMP

GENERAL

The diesel pump set shall be suitable for automatic operation complete with necessary
automatic starting gear, for starting on wet battery system and shall be complete with all
accessories. Both engine and pump shall be assembled on a common base plate.

DRIVE

The pump shall be only direct driven by means of a flexible coupling. Coupling guard
shall also be provided. The speed shall be 2150 RPM as specified.

PUMP

The fire pump shall be horizontally mounted centrifugal multi stage. It shall have a
capacity to deliver as specified, and developing adequate head so as to ensure a minimum
pressure of 3.5 Kg/Sq.cm at the highest and the farthest outlet. The pump shall be multi
stage as specified. The pump shall be capable of giving a discharge of not less than
150%of the rated discharge at a head of not less than 65% of the rated head. The shut off
head shall be within 120%of the rated head.

The pump casing shall be of cast iron to grade FG 200 to IS 210 and parts like impeller,
shaft sleeves, wearing-ring etc. shall be of non-corrosive metal like bronze/ brass/gun
metal. The shaft shall be stainless steel. Provision of mechanical seal shall also be made.

The pump casing shall be designed to withstand 1.5 times the working pressure. Bearing
of pump shall be effectively sealed to prevent loss of lubricant or entry of dust or water.

4.7.5 DIESEL ENGINE

Engine Rating - The engine shall be cold starting type without the necessity of
preliminary heating of the engine cylinders or combustion chamber (for example, by
wicks, cartridge, heater, plugs etc.). The engine shall be multi cylinder/vertical 4 stroke
cycle, air cooled, diesel engine, developing suitable HP at the operating speed specified

Signature of Contractor 280 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

to drive the fire pump. Continuous capacity available for the load shall be exclusive of the
power requirement of auxiliaries of the diesel engine, and the after correction for altitude,
ambient temperature and humidity for the specified environmental conditions. This shall
be at least 20% greater than the maximum HP required to drive the pump at its duty point.
It shall also be capable of driving the pump at 150% of the rated discharge at 65% of rated
head. The engine shall be capable of continuous non-stop operation for 8 hours and major
overhaul shall not be required before 3000 hours of operation. The engine shall have 10%
overload capacity for one hour in any period of 12 hours continuous run. The engine shall
accept full load within 15 seconds from the receipt of signal to start. The diesel engine
shall conform to BS649/IS1601/IS10002, all amended up to date.

Engine Accessories - The engine shall be complete with the following accessories:-

 Fly wheel dynamically balanced.


 Direct coupling for pump and coupling guard. Corrosion Resistor.
 Air cleaner.
 Fuel service tank support, and fuel oil filter with necessary pipe work. Elect.
Starting battery (2X24v).
 Exhaust silencer with necessary pipe work. Governor. Instrument panel housing
all the gauges, including Tachometer, hour meter and starting switch with key
(for manual starting).
 Necessary safety controls.

Fuel System - The fuel shall be gravity fed from the engine fuel tank to the engine driven
fuel pump. The engine fuel tank shall be mounted either over or adjacent to the engine
itself or suitably wall mounted on bracket. The fuel filter shall be suitably located to
permit easy servicing.

All fuel tubing to the engine shall be with copper, with flexible hose connections where
required. Plastic tubing shall not be permitted.

The fuel tank shall be of welded steel construction (3 mm. thick) and of capacity
sufficient to allow the engine to run on full load for at least 8 hours. The tank shall be
complete with necessary wall mounted supports, level indicator (protected against
mechanical injury) inlet, outlet, overflow connections and drain plug and piping to the

Signature of Contractor 281 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

engine fuel tank. The outlet shall be so located as to avoid entry of any sediments into the
fuel line to the engine.

As semi rotary hand pump for filling the daily service tank together with hose pipe 5 mtr.
Long with a foot valve etc. shall also form part of the scope of supply.

Lubricating Oil System- Forced feed Lub. Oil system shall be employed for positive
lubrication. Necessary Lub. oil filters shall be provided, located suitably for convenient
servicing.

Starting System- The starting system shall comprise necessary batteries (2x24v), 24
volts starter motor of adequate capacity and axle type gear to match with the toothed ring
on the fly wheel. Bi metallic relay protection to protect starting motor from excessively
long cranking runs suitably integrated with engine protection system shall be included
within the scope of the work.

The capacity of the battery shall be suitable for meeting the needs of the starting system.

The battery capacity shall be adequate for 10 consecutive starts without recharging with
cold engine under full compression.

The scope shall cover all cabling, terminals, initial charging etc.

Exhaust System - The exhaust system shall be complete with silencer suitable for
outdoor installation and silencer piping including bends and accessories needed for a run
of 15 metre from the engine manifold.(Adjustment rates for extra lengths shall also be
given). The total back pressure shall not exceed the engine manufacture's
recommendation. The exhaust piping shall be suitably supported.

Engine shut down mechanism- This shall be auto/ manually operated and shall return
automatically to the starting position after use.

Governing System- The engine shall be provided with an adjustable governor to control
the engine speed within 5% of its rated speed under all conditions of load up to full load.
The governor shall be set to maintain rated pump speed at maximum pump load.

Engine Instrumentation- Engine instrumentation shall include the following:-

Signature of Contractor 282 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

 Lub. oil pressure gauge.


 Lub. oil temperature gauge.
 Water pressure gauge.
 Water temperature gauge.
 Tachometer.
 Hour meter.

The instrumentation panel shall be suitably resident mounted on the engine. Engine
Protection Devices- Following engine protection and automatic shut down facilities hall
be provided:-

 Low lub. oil pressure.


 High cooling water temp.
 High lub. oil temperature.
 Over speed shut down.

Pipe Work - All pipe lines with fittings and accessories required shall be provided for
fuel oil, lub.oil and exhaust systems, copper piping of adequate sizes, shall be used for
Lub.oil and fuel oil. M.S. piping will be permitted for exhaust.

Anti-Vibration Mounting- Suitable vibration mounting duly approved by


ENGINEER/MEPC shall be employed for mounting the unit so as to minimise
transmission of vibration to the structure. The isolation efficiency achievable shall be
clearly indicated.

Battery Charger-Necessary float and boost charger shall be incorporated in the control
section of the power and control panel, to keep the battery in trim condition. Voltmeter to
indicate the state of charge of the batteries shall be provided.

1.7.6 PUMP SETS ASSEMBLY

On the main fire sprinkler and hydrant headers near pump sets a 150 mm dia by-pass
valve located in an accessible location shall be provided along with a rate of flow
rotameter calibrated in 1 pm and able to read 200%of the rated pump capacity. The
delivery shall be connected to the fire tank.

Signature of Contractor 283 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Each and every pump set assembly shall be provided with suction valve (only for positive
suction head), discharge valve, non-return valve and 150 mm dia Bourdon type pressure
gauge with isolation valve.

1.7.8 FLEXIBLE CONNECTORS

On all suction and delivery lines double flanged reinforced neoprene flexible pipe
connectors shall be provided. Connectors should be suitable for maximum working
pressure of each pipe line on which it is mounted and tested to a test pressure of 1:5 time
the operating pressure. Length of the connector shall be as per manufacturer’s standard.

1.7.9 INTERLOCKING

The following ELECTRICAL inter-locking between the two main fire pumps (i.e. wet
riser pump & sprinkler pump), the jockey pump and the diesel engine driven pump.

Only one category of pumps will work at a time i.e. either jockey pump or main fire
pumps (wet riser and sprinkler, both the wet riser and sprinkler can come up at a time) or
diesel driven pump.

JOCKEY WET RISER DIESEL


SLNO SPRINKLER PUMP
PUMP PUMP PUMP

(i) ON OFF OFF OFF

(ii) OFF ON OFF OFF

(iii) OFF OFF ON ON

(iv) OFF ON ON ON

(v) OFF OFF ON ON

(vi) OFF OFF OFF OFF

(vii) OFF ON OFF OFF

1.7.10 ANNUNCIATION PANEL

Signature of Contractor 284 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

One solid state electronic annunciation panel, fully wired with visual display and audible
alarm unit shall be provided to indicate:

 Flow condition in any flow switch indicating the area of distress and fire alarm.
 Starting and stopping of each hydrant pump.
 Starting and stopping of each jockey pump.
 Starting and stopping of each sprinkler pump.
 Failure of Hydrant / Sprinkler pump to start.
 High level in fire water storage tank compartment.
 Low level in fire water storage tank compartment.
 Low level in HSD day tank of the fire pump.

The panel shall be factory fabricated, wired and tested. All details shall be submitted with
the tender.

The annunciation panel shall be located in the security office / reception on the ground
floor or as instructed by the ENGINEER.

1.7.11 VIBRATION ISOLATION

The pump set shall be mounted on rolled steel channels and 150 mm thick inertia block
spring and ribbed neoprene vibration isolation mounting shall support the inertia block
onto a 100 mm thick concrete plinths. The spring mountings shall have a maximum
deflection of15 mm. Reference shall be made to the section on Nose and Vibration for
further technical requirements.

1.8 ELECTRICAL INSTALLATION OF FIRE FIGHTING SYSTEM

1.8.1 SCOPE

The scope of this section comprises of fabrication, supply, erection, testing and
commissioning of Motor Control Centre (MCC), wiring and earthing of all
air-conditioning equipment, components and accessories.

1.8.2 GENERAL

Signature of Contractor 285 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Work shall be carried out in accordance with the accompanying specifications and shall
comply with the latest relevant Indian Standards and Electricity Rules and Regulations.

All motor control centres shall be CPRI approved and shall be suitable for operation on 3
phase/ single phase 415/230 volts, 50 cycles power supply system.

1.8.3 CONSTRUCTIONAL FEATURES

The Motor Control Centre (MCC) electrical panels shall be sheet steel cabinet for indoor
installation, dead front, floor mounting/wall mounting type and shall be 3b construction.
The control panel shall be totally enclosed, completely dust and vermin proof and shall be
with hinged doors with Neoprene gasket. Control panel shall be suitable for the climatic
conditions as specified in Specifications. Steel sheets used in the construction of Control
panel shall be 14/16 SWG thick and shall be folded and braced as necessary to provide a
rigid support for all components. Joints of any kind in sheet metal shall be seam welded,
all welding, slag shall be rounded off and welding pits wiped smooth with plumber metal.
The general construction shall confirm to relevant BIS Codes.

All panels and covers shall be properly fitted and square with the frame, and holes in the
panel correctly positioned. Fixing screws shall enter into holes tapped into an adequate
thickness of metal or provided with wing nuts. Self-threading screws shall not be used in
the construction of Control panels. A base channel of 75 mm x 40 mm x 5 mm thick
(10swg) shall be provided at the bottom for floor mounted panels. Minimum clearance of
275 mm shall be provided between the floor of control panel and the lowest unit.

The control panel shall be of adequate size with a provision of 25% spare space to
accommodate possible future breakers. Breakers shall be arranged in multi-tier.
Knockout holes of appropriate size and number shall be provided in the Motor Control
Centre in conformity with the location of cable/conduit connections. Removable sheet
steel plates shall be provided at the top to make holes for additional cable entry at site if
required.

Every cabinet shall be provided with Trifoliate or engraved metal name plates. All panels
shall be provided with circuit diagram mounted on inside of door shutter protected with
Hylam sheet. All live accessible connections shall be shrouded and shall be finger touch

Signature of Contractor 286 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

proof and minimum clearance between phase and earth shall be 20 mm and phase to
phase shall be 25 mm.

1.8.4 WIRING SYSTEM

All L T power cabling between MCC and motors shall be carried out with 1100 volts
grade PVC insulated, overall PVC sheathed aluminium conductor armoured cables,
Cables shall be sized by applying proper de rating factor. All control wiring shall be
carried out by using PVC insulated copper conductor wires in conduits. Minimum size of
control wiring shall be 1.5 sq mm. Minimum size of conductor for power wiring shall be
4 sq. mm 1100 volts grade PVC insulated copper conductor wires in conduit.

1.8.5 CIRCUIT COMPARTMENT

Each circuit breaker, contactor and relay shall be housed in a separate compartment and
shall have steel sheets on top and bottom of compartment. Sheet steel hinged lockable
door shall be duly interlocked with the breaker in the ON position. Safety interlocks
shall be provided to prevent the breaker from being drawn-out when the breaker is in
ON position. The door shall not form an integral part of the draw-out portion of the panel.
Sheet steel barriers shall be provided between the tiers in a vertical section.

1.8.6 INSTRUMENT ACCOMMODATION

Adequate space shall be provided for accommodating instruments, indicating lamps,


control contactors and control MCBs. These shall be accessible for testing and
maintenance without any danger of accidental contact with live parts of the circuit
breaker and bus bar `ON lamps shall be provided on all outgoing feeders.

1.8.7 BUS BAR CONNECTIONS

Bus bar and interconnections shall be of high conductivity electrolytic aluminium


complying with requirement of grade E91E of IS:5082-1981 and shall be of rectangular
cross section suitable for carrying the rated full load current and short circuit current
without overheating of phase and neutral bus bar and shall be extendable on either side.
Bus bar and interconnections shall be insulated with heat shrinkable sleeve and shall be
colour coded and shall be supported on glass fibre reinforced thermosetting plastic
insulated supports at regular intervals to withstand the force arising from in case of short
Signature of Contractor 287 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

circuit in the system. All bus bar shall be provided in a separate chamber and all
connections shall be done by bolting. Additional cross sectional area shall be added to the
bus bar to compensate for the holes. All connections between bus bar and breaker shall be
through solid aluminium strips of proper size to carry full rated current as per approved
for construction shop drawing and insulated with insulating sleeves. Bus bar shall be
rated for current density of 1.0 amps/mm2 cross section area.

1.8.8 TEMPERATURE - RISE LIMIT

Unless otherwise specified, in the case of external surface of enclosures of bus bar
trunking system which shall be accessible but do not need to be touched during normal
operation, an increase in the temperature rise limits of 25°C above ambient temperature
shall be permissible for metal surface and of 15°C above ambient temperature for
insulating surfaces as per relevant IS Codes.

1.8.9 CABLE COMPARTMENTS

Cable compartment of adequate size shall be provided in the control panel for easy
clamping of all incoming and outgoing cables entering from the top/ bottom. Adequate
supports shall be provided in cable compartment to support cables as per approved for
construction shop drawing.

1.8.10 MOULDED CASE CIRCUIT BREAKER (MCCB)

All MCCB s shall be motor duty and Current Limiting type, and comprise of Quick Make
- break switching mechanism, preferably Double Break Contact system, arc
extinguishing device and the tripping unit shall be contained in a compact, high strength,
heat resistant, flame retardant, insulating moulded case with high withstand capability
against thermal and mechanical stresses. All MCCBs shall be capable of defined Variable
overload adjustment. All MCCB s rated 200 Amps and above shall have adjustable
Magnetic short circuit pick up.

The trip command shall override all other commands. MCCB shall employ maintenance
free double break contact system to minimise the let thru energies and capable of
achieving discrimination up to full short circuit capacity of downstream MCCB. The
manufacturer shall provide both discrimination tables and let thru energy curves.

Signature of Contractor 288 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The breaking capacity of MCCB s shall be asked for in the schedule of quantities. The
breaking capacities specified will be ICU=ICS i.e type-2. Co-ordination as per relevant
IS and IEC Codes.

The MCCB s shall be provided with rotary handle operating mechanism. The handle
position shall give positive indication of ON, OFF or Tripped thus qualifying to
Disconnection as per the IS/IEC indicating the true position of all the contacts. In case of
4 pole MCCB the neutral shall be defined and capable of offering protection.

1.8.11 MINIATURE CIRCUIT BREAKER (MCB)

Miniature Circuit Breaker shall comply with relevant IS Codes and shall be quick make
and break type for 230/ 415 VAC 50 Hz application with magnetic thermal release for
over current and short circuit protection. The breaking capacity shall not be less than 10
KA at 415 VAC. MCBs shall be DIN mounted. The MCB shall be Current Limiting type
(Class-3). MCBs shall be classified (B,C,D ref IS standard) as per their Tripping
Characteristic curves defined by the manufacturer. The MCB shall have the minimum
power loss (Watts) per pole defined as per the IS/IEC and the manufacturer shall publish
the values.

The housing shall be heat resistant and having a high impact strength. The terminals shall
be protected against finger contact to IP20 Degree of protection. All DP, TP and TPN
miniature circuit breakers shall have a common trip bar independent to the external
operating handle.

1.8.12 PAINTING

All sheet steel work shall undergo a process of degreasing, pickling in acid, cold rinsing,
phosphate , passivation (seven tank processing) and then painted with electrostatic paint
(Powder coating). The shade of colour of panel inside/ outside shall be as per relevant
BIS code.

1.8.13 LABELS

Engraved PVC labels shall be provided on all incoming and outgoing feeder. Circuit
diagram showing the arrangements of the circuit inside the control panel shall be pasted
on inside of the panel door and covered with transparent plastic sheet.
Signature of Contractor 289 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.8.14 METERS

All voltmeters and indicating lamps shall be through MCB s.

Meters and indicating instruments shall be plug type.

All CTs connection for meters shall be through Test Terminal Block (TTB).

CT ratio and burdens shall be as specified on the Single line diagram.

1.8.15 CURRENT TRANSFORMERS

Current transformers shall be provided for Control panels carrying current in excess of 60
amps. All phase shall be provided with current transformers of suitable VA burden with 5
amps secondary’s for operation of associated metering. The CTs shall confirm to relevant
Indian Standards. The design and construction shall be dry type, epoxy resin cast robust
to withstand thermal and dynamic stresses during short circuits. Secondary terminals of
CTs shall be brought out suitable to a terminal block which shall be easily accessible for
testing and terminal connections. The protection CTs shall be of accuracy class 5P10 and
measurement CTs shall be of accuracy class I.

1.8.16 SELECTOR SWITCH

Where called for, selector switches of rated capacity shall be provided in control panels,
to give the choice of operating equipment in selective mode.

1.8.17 STARTERS

Each motor shall be provided with a starter of suitable rating. Starters shall be in
accordance with relevant IS Codes. All Star Delta and ATS Starters shall be fully
automatic.

1.8.18 CONTACTOR

Contactor shall be built into a high strength thermoplastic body and shall be provided
with an arc shield for quick arc extinguishing. Silver alloy tips shall be provided to ensure
a high degree of reliability and endurance under continuous operation. The magnet

Signature of Contractor 290 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

system shall consist of laminated yoke and armature to ensure clean operation without
hum or chatter.

Starters contactors shall have 3 main and 2 Nos. NO / NC auxiliary contacts and shall be
air break type suitable for making and breaking contact at minimum power factor of 0.35.
For design consideration of contactors the starting current of connected motor shall be
assumed to be 6 times the full load current of the motor in case of direct-on-line starters
and 3 times the full load current of the motor in case of Star Delta and Reduced Voltage
Starters. The insulation for contactor coils shall be of Class E .

Coil shall be tape wound vacuum impregnated and shall be housed in a thermostatic
bobbin, suitable for tropical conditions and shall withstand voltage fluctuations. Coil
shall be suitable for 220/ 415±10%voltsAC, 50 cycles AC supply.

1.8.19 THERMAL OVERLOAD RELAY

Thermal over load relay shall have built in phase failure sensitive tripping mechanism to
prevent against single phasing as well as on overloading. The relay shall operate on the
differential system of protection to safeguard against three phase overload, single phasing
and unbalanced voltage conditions.

Auto-manual conversion facility shall be provided to convert from auto-reset mode to


manual-reset mode and vice-versa at site. Ambient temperature compensation shall be
provided for variation in ambient temperature from -5°Cto +55°C.

All overload relays shall be of three element, positive acting ambient temperature
compensated time lagged thermal over load relays with adjustable setting. Relays

shall be directly connected for motors up to 35 HP capacity. C.T. operated relays shall be
provided for motors above 35 HP capacity. Heater circuit contactors may not be provided
with overload relays.

1.8.20 TIME DELAY RELAYS

Time delay relays shall be adjustable type with time delay adjustment from 0-180
seconds and shall have one set of auxiliary contacts for indicating lamp connection.

1.8.21 INDICATING LAMP AND METERING


Signature of Contractor 291 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

All meters and indicating lamps shall be in accordance with IS: 1248 and IS-1258. The
meters shall be flush mounted type. The indicating lamp shall be of low wattage. Each
MCC and control panel shall be provided with voltmeter 0-500 volts with three way and
off selector switch, CT operated ammeter of suitable range with three nos. CTS of
suitable ratio with three way and off selector switch, phase indicating lamps, and other
indicating lamps as called for. Each phase indicating lamp shall be backed up with 5
MCB. Other indicating lamps shall be backed up with fuses as called for in Schedule of
Quantities.

1.8.22 TOGGLE SWITCH

Toggle switches, where called for in Schedule of Quantities, shall be in conformity with
relevant IS Codes and shall be of 5 amps rating.

1.8.23 PUSH BUTTON STATIONS

Push button stations shall be provided for manual starting and stopping of motors /
equipment Green and Red colour push buttons shall be provided for Starting and
Stopping operations. Start or Stop indicating flaps shall be provided for push
buttons. Push Buttons shall be suitable for panel mounting and accessible from front
without opening door, Lock lever shall be provided for Stop push buttons. The push
button contacts shall be suitable for 6 amps current capacity.

1.8.24 CONDUITS

Conduits and Accessories shall conform to relevant Indian Standards. Wall thickness
shall be 16 gauge up to 32 mm dia and 14 gauge above 32 mm dia conduit. Screwed G.I.
Conduits shall be used. Joints between conduits and accessories shall be securely made,
to ensure earth continuity. All conduit accessories shall be threaded type only. All raw
metal shall be painted with bitumastic paint. Only approved make of conduits and
accessories shall be used. Conduits shall be delivered to the site of construction in
original bundles and each length of conduit shall bear the label of the manufacturer.

Maximum permissible number of 650/ 1100 volt grade PVC insulated wires that may be
drawn into rigid non-metallic or GI Conduits are given below:

Signature of Contractor 292 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Size of wires Nominal 20 25 32 40 50


Cross Section Area (Sq.
mm.)
1.5 5 10 14 -- --
2.5 5 8 12 -- --
4 3 7 10 -- --
6 2 5 8 -- --
10 -- 3 5 6 --
16 -- 2 3 -- 6
25 -- -- 2 4 6
35 -- -- -- 3 5
1.8.25 CABLES

M.V. Cables shall be PVC insulated aluminium conductor and armoured cables
conforming to IS Codes. Cables shall be armoured and suitable for laying in trenches,
ducts, and on cable trays as required. M.V. Cables shall be termite resistant. Cable glands
shall be double compression glands. Control cables and indicating panel cables shall be
multi core PVC insulated copper conductor and armoured cables.

1.8.26 CABLE LAYING

Cable shall be laid in accordance with IS code of Practice. Cables shall be laid on 14 gage
factory fabricated perforated galvanized sheet steel cable trays, and cable drops / risers
shall be fixed to ladder type cable trays factory fabricated out of galvanized steel angle.
Access to all cables shall be provided to allow cable withdrawal /replacement in the
future. Where more than one cable is running on a cable tray, one dia spacing shall be
provided between cables to minimise the loss in current carrying capacity.

Cables shall be suitably supported with Galvanized saddles when run on walls / trays.
When buried, they shall be laid in 350 mm wide and 750 mm deep trench and shall be
covered with 250

Signature of Contractor 293 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

mm thick layer of soft sifted sand & protected with bricks/tiles. Special care shall be
taken to ensure that the cables are not damaged at bends. The radius of bend of the cables
when installed shall not be less than 12 times the diameter of cable.

1.8.27 WIRE AND WIRE SIZES

1100 volts grade PVC insulted copper conductor wires in conduit shall be used.

For all single phase/ 3 phase wiring, 1100 volts grade PVC insulated copper conductor
wires shall be used. The equipment inside plant room shall be connected to the control
panel by means of insulated copper conductor wires of adequate size in exposed conduits.
Final connections to the equipment shall be through wiring enclosed in galvanized
flexible conduits rigidly clamped at both ends and at regular intervals. An isolator shall
be provided near each motor/equipment wherever the motor/equipment is separated from
the supply panel through a partition barrier or through ceiling construction. PVC
insulated copper conductor wires shall be used inside the control panel for connecting
different components and all the wires inside the control panel shall be neatly dressed and
plastic beads shall be provided at both the ends for easy identification of control wiring.

The minimum size of control wiring shall be 1.5 sq. mm PVC insulated stranded soft
drawn copper conductor wires drawn through conduit to be provided for connecting
equipment and control panels.

Power wiring, cabling shall be of the following sizes:

SLNO MOTOR CAPACITY CABLE SIZE

i. Up to 5 HP motors/ 5 KW heaters 3 x 4 sq. mm copper conductor wire

ii. From 6 HP to 10 HP motors 3 x 6 sq. mm copper conductor wire

iii. From 12.5 HP to 15 HP motors 2 Nos. 3 x 6 sq. mm copper conductor wire

2 Nos. 3 x 10 sq. mm copper conductor


iv. From 20 HP to 25 HP motors
wire
2 nos.3x 16 sq.mm aluminium conductor
v. From 30 HP to 35 HP motors
armoured cable.

Signature of Contractor 294 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

2 Nos. 3x25 sq.mm aluminium conductor


vi. From 40 HP to 50 HP motors
armoured cable.
1 No. 3 x 70 sq. mm aluminium conductor
vii. 100 Hp motors
armoured cable.
1 No. 3 x 150 sq. mm. aluminium
viii. 200 HP motors
conductor armoured cable.
Starter Selection shall be of the following:

SLNO MOTOR STARTER CURRENT RANGE


1 5 HP Motors DOL 16 amps 6-10 amps
2 7.5 HP motors DOL 16 amps 9-15 amps
3 10 HP Motors DOL 25 amps 9-15 amps
4 12.5 HP Motors Star Delta 16 amps 9-15 amps
5 15 HP Motors Star Delta 25 amps 9-15 amps
6 20 HP Motors Star Delta 32 amps 14-23 amps
7 25 HP Motors Star Delta 32 amps 14-23 amps
8 Above 25HP to 200 HP Motors Star Delta 325 amps CT Operated

All the switches, contactors, push button stations, indicating lamps shall be distinctly
marked with a small description of the service installed. The following capacity
contactors and overload relays shall be provided for different capacity motors or as per
manufacturer’s recommendation.

Two speed motors when specified, shall be provided with DOL starter irrespective of it
rating.

1.8.28 EARTHING

Earthing shall be provided in accordance with relevant BIS Codes and shall be copper
strips /wires .The main panel shall be connected to main earthing system of the power
supply. All single phase metal clad switches and control panels be earthed with minimum
3 mm diameter copper conductor wire. All 3 phase motors and equipment shall be
earthed with 2 numbers distinct and independent copper wires / strips as follows:

Signature of Contractor 295 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

SLNO MOTOR WIRESIZE


i Motor up to and including 10HP 2 Nos. 3mm dia copper wires
ii Motor 12.5 HP to 40 HP capacity 2 Nos. 4mm dia copper wires
iii Motor 50 to 75 HP capacity. 2 Nos. 6mm dia copper wires
iv Motor above 75 HP. 2 Nos. 25 mm x 3 mm
All switches connecting the Motors shall be earthed with two numbers distinct and
independent copper wires / strips as follows:

SL. NO SWITCHGEAR WIRESIZE

i 3Phase up to 63Amps 2 Nos. 3mm dia copper wires

ii 3Phase above 63-100Amps 2 Nos. 4mm dia copper wires

iii 3Phase above 100-125Amps 2 Nos. 6mm dia copper wires

iv 3Phase above 125Amps 2 Nos. 25 mm x 3 mm

The earthing connections shall be tapped off from the main earthing of electrical
installation. The overlapping in earthing strips at joints where required shall be minimum
75 mm. These straight joints shall be riveted with brass rivets & brazed in approved
manner. Sweated lugs of adequate capacity and size shall be used for all termination of
wires. Lugs shall be bolted to the equipment body to be earthed after the metal body is
cleaned of paint and other oily substance, and properly tinned.

1.8.29 DRAWINGS

Shop drawings for control panels and for wiring of equipment showing the route of
conduit & cable shall be submitted by the CONTRACTOR for approval of
ENGINEER/MEPC before starting the fabrication of panel and starting the work. On
completion, four sets of complete As-installed drawings incorporating all details like,
conduits routes, number of wires in conduit, location of panels, switches, junction/ pull
boxes and cables route etc. shall be furnished by the CONTRACTOR.

1.8.30 TESTING

Signature of Contractor 296 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Before commissioning of the equipment, the entire electrical installation shall be tested in
accordance with relevant BIS codes and test report furnished by a qualified and
authorised person. The entire electrical installation shall be gotten approved by Electrical
Inspector and a certificate from Electrical Inspector shall be submitted. All tests shall be
carried out in the presence of ENGINEER/MEPC. Testing of the panels shall be as per
relevant BIS Codes :

1.8.31 PAINTING

All sheet steel work shall undergo a process of degreasing, thorough cleaning, and
painting with a high corrosion resistant primer. All panels shall then be baked in an oven.
The finishing treatment shall be by application of powder coating of approved shade.

1.8.32 MEASUREMENT OF ELECTRICAL CONTROL PANELS

Panels shall be counted as number of units. Quoted rates shall include as lumpsum (NOT
measurable lengths) for all internal wiring, power wiring and earthing connectionsfrom
the control panel to the starter and to the motor, control wiring for interlocking, power
and control wiring for automatic and safety controls, and control wiring for remote
start/stop as well as indication as per the specifications. The quoted rate of panel shall
also include all accessories, switchgear, contactors, indicatingmetersand lightsas per the
Specificationsand Schedule of Quantities.

1.8.33 RUBBER MAT

Rubber mat shall be provided in front to cover the full length of all panels. Where back
space is provided for working from the rear of the panel, rubber mat shall also be
provided to cover the full length of panel.

1.9COMMISSIONING & GUARANTEE FOR FIRE PROTECTION

1.9.1 SCOPE OF WORK

Work under this section shall be executed without any additional cost. the rates quoted in
this tender shall be inclusive of the works given in this section.

Contractor shall provide all tools, equipment, metering and testing devices required for
the purpose. On award of work, contractor shall submit a detailed proposal giving
Signature of Contractor 297 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

methods of testing and gauging the performance of the equipment to be supplied and
installed under this contract.

All tests shall be made in the presence of the engineer or his representative or any
inspecting authority. at least five working days’ notice in writing shall be given to the
inspecting parties before performing any test.

Water flow rates of all equipment and in pipe lines through valves shall be adjusted to
design conditions. Complete results of adjustments shall be recorded and submitted.

Contractor shall ensure proper balancing of the hydraulic system and for the pipes /
valves installed in his scope of work by regulating the flow rates in the pipe line by valve
operation. the contractor shall also provide permanent tee connection (with plug) in water
supply lines for ease of installing pressure gauge, temperature gauge & rotameters.
contractor shall also supply all required pressure gauge, temperature gauge & rotameter
for system commissioning and balancing. the balancing shall be to the satisfaction of
engineer/mepc.

three copies of all test results shall be submitted to the engineer in a4 size sheet paper
within two weeks after completion of the tests.

1.9.2 PRE-COMMISSIONING

On completion of the installation of all pumps, piping, valves, pipe connections,


insulation etc. the contractor shall proceed as follows:

Prior to start-up and hydraulic testing, the CONTRACTOR shall clean the entire
installation including all fitments and pipe work and the like after installation and keep
them in a new condition. All pumping systems shall be flushed and drained at least once
through to get rid of contaminating materials. All pipes shall be rodded to ensure
clearance of debris, cleaning and flushing shall be carried out in sections as the
installation becomes completed.

All strainers shall be inspected and cleaned out or replaced.

Signature of Contractor 298 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

When the entire systems are reasonably clean, a pre-treatment chemical shall be
introduced and circulated for at least 8 hours. Warning signs shall be provided at all
outlets during pre-treatment. The pre-treatment chemical shall:

 Remove oil, grease and foreign residue from the pipe work and fittings;
 Pre-condition the metal surfaces to resist reaction with water or air.
 Establish an initial protective film;
 After pre-treatment, the system shall be drained and refilled with fresh water and
left until the system is put into operation.
 Details and procedures of the pre-treatment shall be submitted to the ENGINEER
for approval.
 Check all clamps, supports and hangers provided for the pipes.
 Check all the equipment, piping and valves coming under hot water system and
operate each and every valve on the system to see if the valves are functioning
properly. Thereafter conduct & hydro test of the system as for (b) above.
 Fill up pipes with water and apply hydrostatic pressure to the system as given in
the relevant section of the specification. If any leakage is found, rectify the same
and retest the pipes.

1.9.3 FIRE PROTECTION SYSTEM

 Check all hydrant valves by opening and closing : any valve found to be open
shall be closed.
 Check all the piping under hydro test.
 Check that all suction and delivery connections are properly made for all pump
sets.
 Check rotation of each motor after decoupling and correct the same if required.
 Test run each pump set.
 All pump sets shall be run continuously for 8 hours (if required with temporary
piping back to the tank).

1.9.4COMMISSIONING AND TESTING

Signature of Contractor 299 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

 Pressurise the fire hydrant system by running the jockey pump and after it attains
the shutoff pressure of the pump , then
 Open bypass valve and allow the pressure to drop in the system. Check that the
jockey pump cuts-in and cuts-out at the preset pressure. If necessary adjust the
pressure switch for the jockey pump. Close by-pass valve.
 Open hydrant valve and allow the water to below into the fire water tank in order
to avoid wastage of water. The main fire pump shall cut-in at the preset pressure
and shall not cutout automatically on reaching the normal line pressure. The main
fire pump shall stop only by manual push button. However the jockey pump shall
cut-out as soon as the main pump starts,
 Switch off the main fire pump and test check the diesel engine driven pump in the
same manner as the electrically driven pump,
 When the fire pumps have been checked for satisfactory working on automatic
controls, open fire hydrant valves simultaneously and allow the hose pipes to
discharge water into the fire tank to avoid wastage.
 Check each landing valve, male and female couplings and branch pipes, for
compatibility with each other. Any fitting which is found to be incompatible and
do not fit into the other properly shall be replace by the CONTRACTOR. Each
landing valve shall also be checked by opening and closing under pressure.
 Check all annunciations by simulating the alarm conditions at site.

1.9.5 SPRINKLER SYSTEM

 Start the sprinkler pump and develop the required pressure in the sprinkler pipes.
 Open the test valve to test the automatic starting of the pump. If necessary , make
necessary adjustments in the setting of pressure switch. The sprinkler water gong
alarm shall also operate when the test valve is open. This operation is to be done
for each and every section of the sprinkler system and the alarm for each section
(via flow switch) shall be checked for operation.
 After satisfactory operation of the pump the CONTRACTOR shall set up mock
fire and test the system.
 Check all annunciations by simulating the alarm conditions at site.

1.9.6 STATUTORY AUTHORITIES' TESTS AND INSPECTIONS


Signature of Contractor 300 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

As and when notified in writing or instructed by the ENGINEER, the CONTRACTOR


shall submit shop drawing and attend all tests and inspections carried out by Local Fire
Authorities, Water Authority and other Statutory Authorities, and shall forthwith execute
free of charge any rectification work ordered by the ENGINEER/MEPC as a result of
such tests and inspections where these indicate non-compliance with Statutory
Regulations. Some of these tests may take place after the issue of Practical Completion of
the Main Contract and the CONTRACTOR shall make all allowances in this respect.

The CONTRACTOR shall be responsible for the submission of all necessary forms and
shop drawings to the Statutory Authorities which shall conform in layout to the latest
architectural plans submitted to and kept by these Authorities.

The submission shall comply with the requirements set forth in the current Codes of
Practice and circular letters of the Statutory Authorities. The shop drawings to be
submitted shall be forwarded to the ENGINEER for checking before submission.

The CONTRACTOR shall allow for at least two submissions of complete sets of shop
drawings to the Authorities, one to be made within six months after the award of the
Contract but not less than six weeks before the inspection. The ENGINEER may at his
discretion instruct the CONTRACTOR for additional submissions to the Local
Authorities whenever necessary.

The CONTRACTOR shall notify the ENGINEER at least seven days in advance of his
application for local Authority tests and inspections. On receipt of a confirmed date for
test and inspection the CONTRACTOR shall inform the ENGINEER without delay.

1.9.7 FINAL ACCEPTANCE TESTS

Following commissioning and inspection of the entire installation, and prior to issue of
the Completion Certificate, the CONTRACTOR shall carry out final acceptance tests in
accordance with a programme to be agreed with the ENGINEER.

Should the results of the acceptance tests show that plant, systems and/or equipment fail
to perform to the efficiencies or other performance figures as given in this Specification,
the CONTRACTOR shall adjust, modify and if necessary replace the equipment without
further payment in order that the required performance is obtained.

Signature of Contractor 301 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Where acceptance tests are required by the relevant Authorities having jurisdiction, these
tests shall be carried out by the CONTRACTOR prior to the issue of Completion
Certificate to the acceptance of the Authorities.

1.9.8 REJECTION OF INSTALLATION / PLANT

Any item of plant or system or component which fails to comply with the requirements of
this Specification in any respect whatsoever at any stage of manufacture, test, erection or
on completion at site may be rejected by the ENGINEER either in whole or in part as he
considers necessary/appropriate. Adjustment and/ or modification work as required by
the ENGINEER so as to comply with the Authority's requirements and the intent of the
Specification shall be carried out by the CONTRACTOR at his own expense and to the
satisfaction of the Authority/ENGINEER.

After works have been accepted, the CONTRACTOR may be required to carry out assist
in carrying out additional performance tests as reasonably required by the
ENGINEER/OWNER.

1.9.9 WARRANTY AND HANDOVER

The CONTRACTOR shall warrant that all plant, materials and equipment supplied and
all workmanship performed by him to be free from defects of whatsoever nature before
handover to the Owner.

1.9.10 HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the CONTRACTOR to the entire
satisfaction of the OWNER / ENGINEER and all testing and commissioning documents
shall be handed over to the ENGINEER.

The CONTRACTOR shall also hand over all maintenance and operation manuals, all
certificates and all other documentation as per the terms of the contract to the
ENGINEER.

1.9.11 PIPE COLOUR CODE:

The Colour Code to be followed for FIRE FIGHTING Equipment as well as PIPING
Systems shall be POST OFFICE RED.
Signature of Contractor 302 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.9.12 CHECK LIST FOR COMMISSIONING

 Check all hydrant & other valves by opening and closing. Any valve found to be
open shall be closed.
 Check all clamps, supports and hangers provided for the pipes.
 All the pump sets shall be run continuously for 30 minutes (with temporary piping
back to tank from the nearest hydrant, using canvas hose pipes).
 Fire Hydrant System - Pressurise the fire hydrant system by running the jockey
pump and after it attains the shutoff pressure of the pump, then open bypass valve
and allow the pressure to drop in the system. Check that the jockey pump cuts-in
and cuts-out at the preset pressure. If necessary adjust the pressure switch for the
jockey pump. Close by-pass valve.
 Open hydrant valve and allow the water to flow into the fire water tank in order to
avoid wastage of water. The main fire pump shall cut-in at the preset pressure and
shall not cutout automatically on reaching the normal line pressure. The main fire
pump shall stop only by manual push button. However the jockey pump shall
cut-out as soon as the main pump starts,.
 Operate booster pump continuously for 30 minutes with piping back to
underground tanks from the hydrant nearest to plant room.
 Check each landing valve, male and female couplings and branch pipes, for
compatibility with each other. Any fitting which is found to be incompatible and
do not
 fit into the other properly shall be replaced by the CONTRACTOR. Each landing
valve shall also be checked by opening and closing under pressure.
 Check air cushion tanks on the terrace for proper functioning

1.10 GROOVED PIPING SYSTEM

1.10.1GENERAL

Signature of Contractor 303 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Fire Protection products shall be shown on drawings and product submittals and shall be
specifically identified with the applicable Model No: or designation.

Sprinklers shall be referred to on drawings, submittals, and other documentation, by the


sprinkler identification or model number as specifically published in the appropriate
agency listing or approval. Trade names or other abbreviated designations shall not be
allowed.

1.10.2 STANDARDS:

 American Society for Testing Materials (ASTM)


 ASTM A53 – Pipe, Steel, Black and Hot-Dipped, Zinc Coated, Welded, and
Seamless.
 ASTM A126-B – Gray Iron Castings for Valves, Flanges, and Pipe Fittings.
 ASTM A153 – Zinc Coating (Hot-Dip) on Iron and Steel Hardware.
 ASTM A183 – Carbon Steel Track Bolts and Nuts
 ASTM A449 – Quenched and Tempered Steel Bolts and Nuts
 ASTM A536 – Ductile Iron Castings
 ASTM B16 – Free-Cutting brass rod , Bar and Shapes for Use in Screw Machines
 ASTM B62 – Composition Bronze or Ounce Metal Castings.
 ASTM B124 – Copper and Copper Alloy Forging Rod, Bar, and Shapes.
 ASTM B584 – Copper Alloy Sand Castings for General Applications
 ASTM D-2000 – Standard Specification System for Rubber Products in
Automotive Applications.
 American Water Works Association:
 AWWA C606 – Grooved and Shouldered Joints
 National Fire Protection Association:
 NFPA-13 – Installation of Sprinkler Systems

1.10.3 QUALITY ASSURANCE

All Fire Protection components (including couplings, fittings, valves and accessories) to
be supplied by one manufacturer and shall be UL listed and/or FM Global approved.
Grooving tools shall be of the manufacturer as the grooved components.

Signature of Contractor 304 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.10.4 MATERIALS

1.10.4.1 PIPE: (STANDARD/ LIGHTWALL): Carbon Steel, A-53B/A-106B - Roll or


cut grooved-endsas appropriate to pipe material, wall thickness, pressures, size and
method of joining. Pipe ends to be grooved in accordance with current listed standards
conforming to ANSI/AWWA C-606.

1.10.4.2 MECHANICAL COUPLINGS FOR JOINING CARBON STEEL PIPE

Mechanical Couplings: Manufactured in two segments of cast ductile iron, conforming


to ASTM A-536, Grade 65-45-12. Gaskets shall be pressure-responsive synthetic rubber,
grade to suit the intended service, conforming to ASTM D-2000. Mechanical Coupling
bolts shall be zinc plated (ASTM B-633) heat treated carbon steel track head conforming
to ASTM A-449 and A-183, minimum tensile strength 110,000 psi (758450 kPa) as per
provided standard

1.10.4.3 RIGID TYPE:

“Installation Ready” rigid joints shall be Victaulic FireLock® EZ Style 009H and Style
107H which are designed for direct “stab” installation onto grooved pipe without prior
disassembly of the coupling. Housings shall be cast with offsetting, angle-pattern bolt
pads.

Standard rigid joints shall be Victaulic Style 005 (FireLock® 005) or 07 (Zero-Flex®).
Housings shall be cast with offsetting, angle-pattern bolt pads to provide system rigidity
and support and hanging in accordance with NFPA 13.

Rigid couplings shall require visual pad-to-pad verification of complete installation.


Tongue and recess type couplings which require the use of a torque wrench to achieve the
exact required gap between housings are not permitted.

1.10.4.4 FLEXIBLE TYPE:

Use in seismic areas where required by NFPA 13.

“Installation Ready” rigid joints shall be Victaulic Style 177 QuickVic™, in sizes
2”(DN50) through 6”(DN150), which shall be designed for direct “stab” installation onto
grooved pipe without prior disassembly of the coupling.
Signature of Contractor 305 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Standard flexible couplings shall be Victaulic Style 004, 75, or 77.

1.10.4.5 MECHANICAL COUPLING GASKETS: Pressure-responsive, synthetic


rubber listedfor use with the housings.

Fire Protection Service Temperature Range Gasket Recommendation

Dry Systems Ambient Grade EPDM, Type A

Freezer Applications -30°F to 0°F FlushSeal®, Grade L,

(-34°C to -17°C) Silicone

Water/Wet Systems Ambient Grade EPDM, Type A

1.10.4.6 FLANGE ADAPTERS: For use with grooved end pipe and fittings, for mating
toANSI Class 125 / 150 flanges. Victaulic Style 741 or 744. For mating to ANSI Class
300 flanges use Victaulic Style 743.

1.10.4.7 VICTAULIC GROOVED END FITTINGS: Fittings shall be cast of ductile


iron conforming toASTM A-536, Grade 65-45-12 (FireLock®), forged steel conforming
to ASTM A-234, Grade WPB 0.375" wall (9,53 mm wall), or fabricated from Std. Wt.
Carbon Steel pipe conforming to ASTM A-53, Type F, E or S, Grade B. Fittings provided
with an alkyd enamel finish or hot dip galvanized to ASTM A-153. Zinc electroplated
fittings and couplings conform to ASTM B633.

1.10.5 HOLE-CUT BRANCH OUTLETS:

1.10.5.1 BOLTED BRANCH OUTLET:

Branch reductions on 2"(DN50) through 8"(DN200) header piping. Bolted branch outlets
shall be manufactured from ductile iron conforming to ASTM A-536, Grade 65-45-12,
with synthetic rubber gasket, and heat treated carbon steel zinc plated bolts and nuts
conforming to physical properties of ASTM A-183. Victaulic Style 920 / 920N.

Header connections for sprinklers, drop nipples, sprigs, gauges, and drains on 1-1/4”
through 2-1/2” header piping. Outlets shall be manufactured from ductile iron

Signature of Contractor 306 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

conforming to ASTM A-536, Grade 65-45-12, with synthetic rubber gasket, and heat
treated carbon steel zinc plated bolts and nuts conforming to physical properties of
ASTM A-183. Victaulic FireLock Outlet Tee Style 922.

1.10.5.2 STRAPLESS OUTLET: 1/2"(DN15) or 3/4"(DN20) NPT outlet on


4"(DN100) and larger header sizes rated for 300 PSI (2065 kPa). Victaulic Style 923.

1.10.6 GROOVED END VALVES

1.10.6.1 BALL VALVES: UL/FM Global approved, 350 psi (2410 kPa), grooved
orthreaded ends, bronze body (ASTM B-584 Alloy 844), standard port, chrome-plated
brass ball, stainless steel stem, TFE seats, brass gearbox, with pre-wired supervisory
switches. Victaulic Series 728 FireLock®.

1.10.6.2 BUTTERFLY VALVES: UL/FM Global approved, 300 psi (2065 kPa),
grooved ends,polyphenylene sulfide (PPS) coated ductile iron body (ASTM A-536,
Grade 65-45-12). Ductile iron disc, synthetic rubber encapsulated suited for the intended
service, with integrally cast stem. Complete with weatherproof actuator and pre-wired
supervisory switches. Victaulic Series 705 FireLock® or Series 707 FireLock®
developed for fire pump metering test lines per NFPA 20 and rooftop test units, as well as
pressure reducing valve by-pass lines per

NFPA 14. Victaulic FireLock® Series 765 shall be used for high pressure systems up to
365 psi CWP.

Note: Refer to latest published Victaulic literature, Butterfly Valve Material Selection
section, for liner/seat and disc material recommendations for chemical service.

1.10.6.3 GATE VALVES: UL/FM Global approved.

2-1/2”(DN65) THROUGH 12”(DN300) SIZES OS&Y GATE VALVES: 250


psi(1725 kPa), grooved ends. Ductile iron body conforming to ASTM A-536, cast iron
yoke and handwheel conforming to ASTM A-126-B; EPDM coated ASTM A-126-B cast
iron disc; ASTM B16 brass rising stem; flanged and epoxy coated cast iron bonnet;
EPDM o-ring stem seals and body gasket. Victaulic Series 771.

Signature of Contractor 307 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

2-1/2”(DN65) THROUGH 12”(DN300) SIZES NRS GATE VALVES: 250 psi(1375


kPa), grooved ends. Ductile iron body conforming to ATSM A-536, bronze mounted;
EPDM coated ASTM A-126-B cast iron disc; ASTM B16- brass non-rising stem; flanged
and epoxy coated cast iron bonnet; EPDM o-ring stem steals and body gasket. Victaulic
Series 772.

1.10.6.4 WALL TYPE INDICATOR POST: ASTM A-126-B cast iron wall type
indicatorpost, with ASTM B-62 bronze operating stem and carbon steel operating rod.
Victaulic Series 773.

1.10.6.5 ADJUSTABLE INDICATOR POST VERTICAL TYPE: ASTM A-126-B


cast ironadjustable indicator post vertical type with ASTM A-126-B cast iron extension
sleeve, ASTM B-62 bronze operating stem and carbon steel extension rod. Victaulic
Series 774.

1.10.6.6 CHECK VALVES: UL/FM Global approved.

2"(DN50) THROUGH 3"(DN75) SIZES SPRING ASSISTED: Black enamel


coatedductile iron body, ASTM A-536, Grade 65-45-12, non-slam tilting disc, stainless
steel disc and spring, brass shaft, 365 psi (2517 kPa). Victaulic Series 717H.

4”(DN100) THROUGH 12”(DN300) SIZES SPRING ASSISTED: Black


enamelcoated ductile iron body, ASTM A-536, Grade 65-45-12, elastomer encapsulated
ductile iron disc suitable for intended service, stainless steel spring and shaft, welded-in
nickel seat, 250 psi (1725 kPa). Victaulic Series Designed to accept a riser check kit.
Victaulic Series 717R.

1.10.6.7 ALARM CHECK VALVE: Black enamel coated ductile iron body
conforming toASTM A-536, grade 65-45-12, aluminum bronze clapper, stainless steel
spring and shaft, EPDM seal, and Nitrile seat O-rings. Valve internal parts shall be
replaceable without removing the valve from the installed position. Water working
pressure is 300 psi. Suitable for constant and variable pressure systems with optional
Series 752 retard chamber. Victaulic FireLock® Series 751.

1.10.6.7.1 OPTIONAL ACCESSORIES:

Signature of Contractor 308 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

SERIES 752 RETARD CHAMBER: High strength ductile iron body withcorrosion
resistant exterior and interior coating, suitable for operating pressures to 300 psi (2065
kPa).

SERIES 752V RETARD VENT KIT: For use with Series 752 retard chamberwhen an
electric alarm pressure switch is installed without a water motor alarm.

SERIES 760 WATER MOTOR ALARM: Red enamel finished gong shell,
withinternal components of non-corrosive stainless-steel or aluminum, with upstream
strainer.

ALARM PRESSURE SWITCH: System Sensor Model “EPS”. Waterflow Detectors:


System Sensor Model “WFD”.

1.10.6.8 DRY SYSTEM CHECK VALVE: Low differential, latched clapper design,
blackenamel coated ductile iron body conforming to ASTM A-536, grade 65-45-12,
aluminum bronze clapper, stainless steel spring and shaft, peroxide cured EPDM
diaphragm, EPDM seal, brass seat, and Nitrile seat O-rings. Valve internal parts shall be
replaceable without removing the valve from the installed position. Valve shall be
externally resettable. Required air pressure is 13 psi. Water working pressure is 300 psi.
Valve is available bare, pre-trimmed, as a Vic®-Quick Riser, or in a Fire-Pac cabinet.
Victaulic FireLock® NXT Series 768.

1.10.6.8.1 OPTIONAL ACCESSORIES:

SERIES 746-LPA DRY ACCELERATOR: Bronze body, stainless steel


spring,restrictor, and bolts, with EPDM diaphragm, seal, and O-ring, for use with system
air pressures ranging from 13 psi (90kPa) to 18 psi (124 kPa).

SERIES 760 WATER MOTOR ALARM: Red enamel finished gong shell,
withinternal components of non-corrosive stainless-steel, aluminum, etc., with upstream
strainer.

SERIES 75B SUPPLEMENTAL ALARM DEVICE: For use with systems using
awater motor gong as the alarm device. 304 stainless steel flexible braided hose, with
brass pilot valve and galvanized steel trim and nipples, rated to 300 psi (2065 kPa).

Signature of Contractor 309 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

SERIES 75D WATER COLUMN KIT: Ductile iron body with stainless steelinternal
components and Nitrile seal, rated to 300 psi (2065 kPa), designed to minimize residual
water in the riser.

SERIES 757 AIR MAINTENANCE TRIM ASSEMBLY: Consisting of


apressure-reducing air regulator, strainer, brass restrictor, spring-loaded in-line check
valve, and associated piping components.

SERIES 7C7 COMPRESSOR PACKAGE: Consisting of a riser-mountedcompressor,


Series 757P air maintenance device and flexible hoses for installation. Available with 1/3
HP compressor for an up to 500 gallon system.

ALARM PRESSURE SWITCH: System Sensor Model “EPS”.

1.10.6.9 ACTUATED DELUGE VALVE: [Pneumatic] [Hydraulic] [Electric]


Actuation, lowdifferential, latched clapper design, black enamel coated ductile iron body
conforming to ASTM A-536, grade 65-45-12, aluminum bronze clapper, stainless steel
spring and shaft, peroxide cured EPDM diaphragm, EPDM seal, brass seat, and Nitrile
seat O-rings. Valve internal parts shall be replaceable without removing the valve from
the installed position. Valve shall be externally resettable. Required air pressure is 13 psi.
Water working pressure is 300 psi. Valve is available bare, pre-trimmed, as a
Vic®-Quick Riser, or in a Fire-Pac cabinet. Victaulic FireLock® NXT Series 769.

1.10.6.9.1 OPTIONAL ACCESSORIES:

SERIES 776 LOW-PRESSURE ACTUATOR: Cast bronze lower chamber withbrass


middle and upper chambers and brass internal components and strainer, with stainless
steel springs, and EPDM seals. Rated for water supply to 300 psi (2065 kPa) and air
supply pressure of 13 psi (90kPa).

SERIES 753-E SOLENOID VALVE: Forged brass body, stainless steel


spring,fluoroelastomer seal and diaphragm, 24 VDC wiring and voltage, with 8.7 watts
power rating, 66 ohms resistance, and current at .364 amps. Valve shall be rated to 300
psi (2065 kPa).

Signature of Contractor 310 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

SERIES 760 WATER MOTOR ALARM: Red enamel finished gong shell,
withinternal components of non-corrosive stainless-steel, aluminum, etc., with upstream
strainer.

SERIES 757 AIR MAINTENANCE TRIM ASSEMBLY: Consisting of


apressure-reducing air regulator, strainer, brass restrictor, spring-loaded in-line check
valve, and associated piping components.

SERIES 7C7 COMPRESSOR PACKAGE: Consisting of a riser-mountedcompressor,


Series 757P air maintenance device and flexible hoses for installation. Available with 1/3
HP compressor for an up to 500 gallon system.

ALARM PRESSURE SWITCH: System Sensor Model “EPS”.

1.10.6.10 PREACTION VALVE: Low differential, latched clapper design, black


enamelcoated ductile iron body conforming to ASTM A-536, grade 65-45-12, aluminum
bronze clapper, stainless steel spring and shaft, peroxide cured EPDM diaphragm, EPDM
seal, brass seat, and Nitrile seat O-rings. Valve internal parts shall be replaceable without
removing the valve from the installed position. Valve shall be externally resettable.
Water working pressure is 300 psi. Does not require a separate check valve downstream
of preaction valve. Valve is available bare, pre-trimmed, as a Vic®-Quick Riser, or in a
Fire-Pac cabinet. Victaulic FireLock® NXT Series 769.

1.10.6.10.1 OPTIONAL ACCESSORIES:

SERIES 746-LPA DRY ACCELERATOR: Bronze body, stainless steel


spring,restrictor, and bolts, with EPDM diaphragm, seal, and O-ring, for use with system
air pressures ranging from 13 psi (90kPa) to 18 psi (124 kPa).

SERIES 760 WATER MOTOR ALARM: Red enamel finished gong shell,
withinternal components of non-corrosive stainless-steel, aluminum, etc., with upstream
strainer.

SERIES 75B SUPPLEMENTAL ALARM DEVICE: For use with systems using
awater motor gong as the alarm device. 304 stainless steel flexible braided hose, with
brass pilot valve and galvanized steel trim and nipples, rated to 300 psi (2065 kPa).

Signature of Contractor 311 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

SERIES 75D WATER COLUMN KIT: Ductile iron body with stainless steelinternal
components and Nitrile seal, rated to 300 psi (2065 kPa), designed to minimize residual
water in the riser.

SERIES 757 AIR MAINTENANCE TRIM ASSEMBLY: Consisting of


apressure-reducing air regulator, strainer, brass restrictor, spring-loaded in-line check
valve, and associated piping components.

SERIES 7C7 COMPRESSOR PACKAGE: Consisting of a riser-mountedcompressor,


Series 757P air maintenance device and flexible hoses for installation. Available with
either a 1/6 HP compressor for an up to 400 gallon system using only a solenoid valve
and no Auto-Vent, or a 1/3 HP compressor for an up to 750 gallon system using only a
solenoid valve and no Auto-Vent.

ALARM PRESSURE SWITCH: System Sensor Model “EPS”.

1.10.6.11 VICTAULIC SPRINKLER HEADS: Die-cast brass frame, teflon


encapsulated Bellevillespring seal and frangible glass bulb. Body cast with hex shaped
wrench boss. (Sprinklers shall not contain O-rings.) Quick or standard response type.

1.10.6.12 GUARDS AND ESCUTCHEONS: Guards and escutcheons shall be listed,


supplied,and approved for use with the sprinkler by the sprinkler manufacturer.

1.10.6.13 MULTIPLE-USE FLEXIBLE DROP SYSTEM: In lieu of rigid pipe offsets


or returnbends for sprinkler drops, the Victaulic Aquaflex stainless steel sprinkler fitting
system may be used to locate sprinklers as required by final finished ceiling tiles and
walls. The drop system shall consist of a braided or unbraided (corrugated) type 304
stainless steel flexible tube, a zinc-plated steel flexible tube 1" NPT Male threaded nipple
for connection to branchline piping, and a zinc-plated steel reducer with 1/2" or 3/4" NPT
Female thread for connection to the sprinkler head. Union joints shall be provided for
ease of installation. The flexible drop shall attach to the ceiling grid using a one-piece
open gate bracket (The bracket shall allow for sprinkler installation before or after the
bracket is secured to the sprinkler grid). The braided drop system is FM Approved for
sprinkler services to 200 psi (1380 kPa) and can be installed without the use of tools, and
the unbraided (corrugated) system is UL Listed for sprinkler services to 175 psi (1207
kPa).
Signature of Contractor 312 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

1.11 FIRE PROTECTION SPECIALTIES & ACCESSORIES:

1.11.1 FIRE PUMP TEST METERS: Grooved end calibrated venturi meter
manufacturedof carbon steel (ASTM A-53) zinc electroplated body, brass needle valve
conforming to ASTM B-124, with attached GPM meter. Minimum straight pipe
installation of five diameters upstream and two diameters downstream. Victaulic Style
735.

1.11.2 ALARM TEST MODULE: Grooved or threaded ends, bronze body and
bonnet,bronze and copper alloy internals with stainless steel spring, dual polycarbonate
sight glasses, and malleable iron handwheel. UL listed and FM Approved for services to
300 psi (2065 kPa). Victaulic Series 720 TestMaster™ II.

1.11.3 RISER MANIFOLD ASSEMBLY: Grooved end riser manifold assembly


consisting ofan orange enamel coated steel body, System Sensor model WFD flow
switch, Victaulic Series 720 TestMaster™ II alarm test module, and pressure gauge.

UL listed and FM approved for wet sprinkler system services to 250 psi (1725 kPa).

1.11.4 FIRELOCK® FIRE-PAC:

Provide a pre-assembled [Deluge] [Preaction] [ Dry] fire protection valve mounted


completely within a 12 gauge steel cabinet. Cabinet shall be coated with red ASA-61
electrostatically applied polyester powder coating. Unit shall be UL Listed and
FM-Global Approved with all materials and wiring conforming to NFPA requirements.
Unit shall be provided with all necessary valves, switches, gauges, and air supply system
for proper operation and shall be pre-wired to a control panel. All external electrical
connections shall be accessible through an enclosure on the outside of the cabinet. Water
inlet, system supply, and drain connections shall be grooved for ease of installation.
Victaulic Style 745 FireLock® Fire-Pac.

1.11.5 EXECUTION:

Pipe ends shall be clean and free from indentations, projections and roll marks in the area
from pipe end to groove. The gasket style and elastomeric material (grade) shall be
verified as suitable for the intended service as specified.

Signature of Contractor 313 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

See the latest copy of Victaulic’s Field Assembly and Installation Instruction Pocket
Handbook (I-100) for grooved fittings. Supplemental handbooks for specific product
installations (I-009/009V, I-40, I-705W, etc.) shall be provided by Victaulic and used by
the contractor.

Do not install sprinklers that have been dropped, damaged, or show a visible loss of fluid.
Never install sprinklers with cracked bulbs. Sprinkler bulb protector shall be removed by
hand after installation. Do not use tools or any other device(s) to remove the protector
that could damage the bulb in any way.

1.11.6 TRAINING:

Factory trained field representative shall provide on-site training for contractor’s field
personnel in the use of grooving tools, application of groove, and product installation.

1.11.7 APPLICATION:

Fitting Manufacturers representative shall periodically visit the job site and review
installation. Contractor shall remove and replace any improperly installed products.

Grooved mechanical pipe couplings, fittings, valves and other grooved components may
be used as an option to welding, threading or flanged methods. All grooved components
shall conform to local code approval and/or as listed by UL/ULC, FM, or NFPA.

Grooved end product manufacturer to be ISO-9001 certified.

2.0 SPECIFICATIONS FOR INTELLIGENT ADDRESSABLE FIRE ALARM


SYSTEM

2.1. SCOPE: The following specification covers the standard requirements for design,
supply, and installation of Fire Alarm Systems. The System includes Smoke Detectors,
Manual Call Points, Main Control Panel, Repeater Panel, Sounders, Modules, relays for
interfacing with other systems, cabling, earthing etc.

SUMMARY OF ADDRESSABLE FIRE ALARM SYSTEM

SERVICE
Slno Description IPP IPG OPD DOT TOTAL
BLOCKS

Signature of Contractor 314 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Mutli Sensor type


Smoke Cum Heat
1 967 792 1153 1508 155 4575
Detector below True
Ceiling
Mutli Sensor type
2 Smoke Cum Heat 967 792 1153 1508 4420
Detector above Ceiling
3 Heat Detectors 28 16 44
4 Duct sensor 32 65 52 84 233
CO / Smoke / Heat
5 33 20 189 122 364
Detector
6 Control module 36 40 32 35 27 170
7 Manual Call Points 37 40 32 35 27 171
8 Hooter Cum Strobe 35 38 30 35 27 165
9 Strobe 2 2 2 40 46
10 Input Module 14 16 16 24 6 76
11 Output Module 32 65 52 84 233
12 Fault isolator 118 104 136 188 22 568
Fire Alarm Control
13 1 1 1 2 1 6
Panels 10loop
Fire Alarm Repeater
14 1 1 1 2 1 6
Panels
Fire Alarm Cabling-
15 24500 22200 29800 44500 2050 123050
Meters

2.2. STANDARDS AND REGULATIONS:Fire Alarm System Installation shall be


carried out in accordance with latest editions of relevant Indian Standards and the
installation shall fully comply with the requirements of the Indian Electricity Rules and
Regulations and Acts and other Statutory Regulations that are in force at the place of
installation.

[a] Fire Codes: All requirements of Authorities Having Jurisdiction.

Signature of Contractor 315 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

[b] BS 5839

[c] National Fire Protection Association (NFPA No.72) 2013 edition: General System
Design Guideline

[d] NBC, 2005: National Building Code of India

[e] Underwriters Laboratories Inc. (UL) - USA:

UL No.50 Cabinets and Boxes

UL No. 268 Smoke Detectors for Fire Protective Signaling Systems

UL No. 864 Control Units for Fire Protective Signaling Systems

UL No. 268A Smoke Detectors for Duct Applications

UL No. 521 Heat Detectors for Fire Protective Signaling Systems

UL No. 464 Audible Signaling Appliances

UL No. 38 Manually Actuated Signaling Boxes

UL-228 Door Closers-Holders for Fire Protective Signalling Systems

UL No. 346 Waterflow Indicators for Fire Protective Signaling Systems

UL-1481 Power supplies for Fire Protective Signalling Systems.

UL-1076 Control Units for Burglar Alarm

UL-1971 Visual Notification Appliances

UL-318 Clean Room Application (9th Edition)

The system shall have proper listing and/or approval from the following nationally
recognized agencies:

[a] UL Underwriters Laboratories Inc

[b] ULC Underwriters Laboratories Canada

[c] FM Factory Mutual

Signature of Contractor 316 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

[d] MEA Material Equipment Acceptance (NYC)

[e] CSFM California State Fire Marshal

If no specific local laws are available NFPA 72 shall be followed.

2.3. GENERALThe Scope of work shall include all the Hardware, Software and
programming requirements for the implementation of the Fire Alarm System. Any
cutting, opening / chasing in the wall / ceiling required to be made for the installation
shall be made good in appropriate manner.

AMBIENT CONDITIONS FOR FIRE ALARM SYSTEM COMPONENTS:

Temperature: 00 to 380 centigrade

Relative Humidity (non-condensing type) up to 93%

All the components of the Fire Alarm System such as Fire Alarm Panels, Smoke
Detectors, Manual Call Points, Strobes, Repeaters, Sounders etc. shall be UL Approved.

2.4 WIRING

The Cable used for wiring shall be RED COLOR Armoured , fire resistant with copper
conductor designed as per BS 5839 – 1 : 2002 standards. It shall be low smoke, zero
halogen and construction and easy to terminate and install.

The Cables shall meet the followings requirements

 No of Cores :2
 Nominal dia of conductor : 1.13mm
 Nominal insulation Thickness : 0.6mm
 Maximum conductor resistance : 18.1 mm
 Capacitance PF/m core to core : 85

Terminal connectors shall have sufficient cross sectional area to take in all the strands.
Cables shall be installed by skilled and experienced workmen.

2.5. GENERIC SYSTEM CAPABILITIES

Signature of Contractor 317 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Analogue addressable microprocessor-based fire alarm system with initiating devices,


notification appliances, monitoring and control devices as indicated on the drawings and
as specified herein.

The system shall be capable of on-site programming to accommodate system expansion


and facilitate changes in operation.

All software operations shall be stored in a non-volatile programmable memory within


the fire alarm control unit. Loss of primary and secondary power shall not erase the
instructions stored in memory.

Panels shall be capable of full system operation during new site specific configuration
download.

Remote panel site-specific software and executive firmware downloads shall be capable
of being performed over proprietary fire alarm network communications and via TCP/IP
Ethernet network communications. Ethernet access to any fire alarm panel shall be
capable of providing access only to authenticated users through a cryptographically
authenticated and secure SSL tunnel.

Panels shall automatically store all program changes to the panel’s non-volatile memory
each time a new program is downloaded. Panels shall be capable of storing the active
site-specific configuration program and no less than 9 previous revisions in reserve. A
compare utility program shall also be available to authorized users to compare any two of
the saved programs. The compare utility shall provide a deviation report highlighting the
changes between the two compared programs.

Panels shall provide electronic file storage with a means to retrieve a record copy of the
site-specific software and up to 9 previous revisions. Sufficient file storage shall be
provided for other related system documentation such as record drawings, record of
completion, owner’s manuals, testing and maintenance records, etc.

The media used to store the record copy of site-specific software and other related
system documentation shall be electrically supervised. If the media is removed a trouble
shall be reported on the fire alarm control panel.

Signature of Contractor 318 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The system shall provide a means to recall alarms and trouble conditions in chronological
order for the purpose of recreating an event history. A separate alarm and trouble log
shall be provided.

2.6WIRING & SIGNAL TRANSMISSION

Transmission shall be hard-wired using separate individual circuits for each zone of
alarm operation, as required or addressable signal transmission, dedicated to fire alarm
service only.

System connections for initiating device circuits shall be Class A.

Initiating device circuits/detection loop shall be wired with 2-core, Copper Conductor,
1.5sq.mm (16 AWG), twisted pair FRLS cable of approved makes.

Notification Appliance Circuits shall wired with 2-core, Copper Conductor, 1.5sq.mm
(16 AWG), twisted pair FRLS cable RED COLOR of Approved makes.

Speaker Circuit shall be wired with audio cable.

The Fire Fighter Telephone line, Notification Appliance Circuit and Voice Evacuation
cum Public Address Pathway shall be wired with 2 hour fire rated shielded cable of
mentioned specification& approved make.

Terminations shall be done with proper ATC lugs with insulated sleeves.

Circuit faults shall be indicated by a trouble signal at the FACP. The system shall provide
a distinctive indicating audible tone and alphanumeric annunciation.

Addressable Short-Circuit Isolators shall be provided at an interval of every 20 devices


on a detection loop as a general thumb rule. However, it shall be ensured that a single
short circuit or open-circuit fault on an automatic fire detector circuit/detection loop shall
neither disable protection within an area of more than 2,000m², nor on more than one
floor of the building plus a maximum of five devices (automatic detection, manual call
points, sounders or a combination of these) on the floor immediately above and five
devices on the floor immediately below that floor.

Signature of Contractor 319 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Circuit faults shall be indicated by a trouble signal at the FACP. The system shall provide
a distinctive indicating audible tone and alphanumeric annunciation.

When provided, audio notification appliance circuits shall be supervised during standby
by monitoring for DC continuity to end-of-line resistors.

2.7REMOTE ACCESS

Fire Alarm Control Panel (FACP) shall have the capability to provide a remote service
access feature using Ethernet and TCP/IP communications protocol. The Remote Access
feature shall provide automatic notification of system faults and remote diagnostics of
system status for responding technicians prior to arrival on site.

The internet remote access service function shall provide automated real time off-site
reporting of discrete system events to a remote service support center with details of
internal FACP fault conditions allowing a pre-site visit analysis of repair requirements.

Existing FACP controls shall be capable of retrofitting the Remote Service module as a
plug-in upgrade feature.

The remote service network shall work on the customers Ethernet infrastructure and be
Fire-Wall friendly for two-way communications for off-site reporting. The feature shall
be compatible with existing proxy servers and firewalls shall not require any special
changes or modifications.

The remote service system shall be a non Windows based application to protect against
conventional virus attacks.

The remote service system shall be compatible with virtual LANS (VLAN).

The remote service system shall work on an outbound communication premise (panel
calls home) in order to eliminate the possibility of any inbound connection into the
network (from trusted or non trusted sites).

The remote service system shall have capability to provide an audit trail of all events and
service connections.

Signature of Contractor 320 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The FAS shall be compatible to Remote Service program that provides the following
requirements if asked for:

24/7 recording of FACP service activity

Off-site diagnostics by a technical specialist to provide repair and parts guidance to the
service technician prior to a site visit.

2.8 NETWORK COMMUNICATION

Network node communication shall be through a token ring, hub, or star topology
configuration, or combination thereof.

A single open, ground or short on the network communication loop shall not degrade
network communications. Token shall be passed in opposite direction to maintain
communications throughout all network nodes. At the same time the status of the
communication link shall be reported.

If a group of nodes becomes isolated from the rest of the network due to multiple fault
conditions, that group shall automatically form a sub-network with all common
interaction of monitoring and control remaining intact. The network shall be notified with
the exact details of the lost communications.

Fiber optics communication shall be provided as an option via a fiber optics modem.
Modem shall multiplex audio signals and digital communication via full duplex
transmission over a single fiber optic cable, either single mode or multi mode.

The communication method shall be in accordance to NFPA 72 style 7.

Network communication shall be “Peer-to-Peer” and the complete or filtered event


indication shall be possible in keeping with the system architecture and requirements of
this document.

Initiating device signals, voice signals and cause-n-effect logic shall travel in seamless
and hassle-free manner over the FDA network communication channel and even the
worst condition load / full loads hall keep the response time within the limit specified by
NFPA-72 / 2013 edition.

Signature of Contractor 321 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

2.9. REQUIRED FUNCTIONS

OPERATOR CONSOLE/HMI:The operator console/HMI shall offer the means to


display, monitor and control all the ALARM, TROUBLE and SUPERVISORY signals
from the initiating devices connected to the FACP. The operator console/HMI shall meet
the specifications mentioned for it under “Product Specification” part of this document.

ANNUNCIATION: Operation of ALARM, TROUBLE and SUPERVISORY initiating


devices shall be annunciated at the FACP and the Remote Annunciator indicating the
type of device, the operational state of the device (Alarm, Trouble or Supervisory) and
shall display the custom label associated with the device.

PRIORITY OF SIGNALSFire Alarm events shall have highest priority. Subsequent


alarm events are queued in the order received and do not affect existing alarm conditions.
Priority Two, Supervisory and Trouble events have second, third, and fourth-level
priority, respectively. Signals of a higher-level priority take precedence over signals of
lower priority even though the lower-priority condition occurred first. However, all the
events shall be annunciated regardless of priority or order received.

Non interfering signals: An event on one zone does not prevent the receipt of signals from
any other zone. All zones are manually resettable from the FACP after the initiating
device or devices are restored to normal. The activation of an addressable device does not
prevent the receipt of signals from subsequent addressable device activations.

ALARM:A system alarm shall include:

 Indication of alarm condition at the FACP and at the annunciators.


 Identification of the device / zone triggering alarm at the FACP and the
annunciators.
 Operation of audible and visible notification appliances until silenced at FACP.
 Selectively closing doors normally held open by magnetic door holders on the fire
floor, floor above and floor below.
 Unlocking designated doors.
 Shutting down supply and return fans serving zone where alarm is initiated.
 Closing smoke dampers on system serving zone where alarm is initiated.

Signature of Contractor 322 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

 Initiation of smoke control sequence as defined.


 Transmission of signal to the supervising station.

ALARM SILENCING:If the "Alarm Silence" button is pressed, all audible signals shall
cease operation. The visible signals shall be off at Panel Reset.

SYSTEM RESET:System Reset shall do the following

The "System Reset" button shall be used to return the system to its normal state. Display
messages shall provide operator assurance of the sequential steps ("IN PROGRESS",
"RESET COMPLETED") as they occur. The system shall verify all circuits or devices
are restored prior to resetting the system to avoid the potential for re-alarming the system.
The display message shall indicate "ALARM PRESENT, SYSTEM RESET
ABORTED."

Should an alarm condition continue, the system will remain in an alarmed state.

SUPERVISORY OPERATIONS:Upon activation of a supervisory device such as a


fire pump power failure, low air pressure switch, and tamper switch, the system shall
operate as follows

 Activate the system supervisory service audible signal and illuminate the LED at
the control unit and the remote annunciator.
 Pressing the Supervisory Acknowledge Key will silence the supervisory audible
signal while maintaining the Supervisory LED "on" indicating off-normal
condition.
 Record the event in the FACP historical log.
 Transmission of supervisory signal to the supervising station.

Restoring the condition shall cause the Supervisory LED to clear and restore the system
to normal.

EVACUATION (DRILL) SWITCH:Evacuation / Drill Switch shall be provided to


operate the notification appliances without causing other control circuits to be activated.

Signature of Contractor 323 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

WALK TEST:The system shall have the capacity of 8 programmable pass-code


protected one person testing groups, such that only a portion of the system need be
disabled during testing.

The actuation of the "enable one person test" program at the control unit shall activate the
"One Person Testing" mode of the system as follows:

 The city circuit connection and any suppression release circuits shall be bypassed
for the testing group.
 Control relay functions associated with one of the 8 testing groups shall be
bypassed.
 The control unit shall indicate a trouble condition.
 The alarm activation of any initiating device in the testing group shall cause the
audible notification appliances assigned only to that group to sound a code to
identify the device or zone.
 The unit shall automatically reset itself after signaling is complete.
 Any opening of an initiating device or notification appliance circuit wiring shall
cause the audible signals to sound for 4 seconds indicating the trouble condition.

SPOKEN WALK TEST:In case the system is equipped with Integrated Voice
Evacuation and Public Address System, the Walk Test shall have an option to notify the
findings of each device through voice notification.

INSTALL MODE:The system shall provide the capability to group all


non-commissioned points and devices into a single "Install Mode" trouble condition
allowing an operator to clearly identify event activations from commissioned points and
devices in occupied areas.

It shall be possible to individually remove points from Install Mode as required for
phased system commissioning.

It shall be possible to retrieve an Install Mode report listing that includes a list of all
points assigned to the Install Mode. Panels not having an install mode shall be
reprogrammed to remove any non-commissioned points and devices.

Signature of Contractor 324 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

SERVICE GATEWAY:The system shall be compatible to a service gateway as


described. If asked for a Service Gateway software application shall be provided that
allows an authorized service person to remotely query panel status during testing,
commissioning, and service without the need to return to the panel using standard email /
Instant Messaging Tools / Smart Phones / Tablets / I Pads etc.

2.10. FIRE ALARM CONTROL PANEL

The Fire Alarm Control Panel shall be UL certified, expandable having a microprocessor
based Central Processing Unit (CPU). The CPU shall communicate with intelligent
addressable smoke and thermal (heat) detectors, addressable modules, panel modules,
control circuits and notification appliance circuits, local and remote operator terminals,
annunicators and other system controlled devices.

FACP shall be UL and ULC listed and FM approved.

FACP shall comply to UL-864 9th edition.

Fire Alarm Control Panel (FACP) shall have 80 character displaying at least 600 or more
characters in multiple lines at a time and shall accommodate the no. of detection loops
and the quantity of field devices mentioned in the commercial BOQ. The HMI shall have
at least 5 or more customer programmable buttons with LED indication in order to freely
configure its programmed response as per project requirement.

Each Detection Loop of FACP shall accommodate, monitor and control a minimum of
250 intelligent addressable devices in any combination. The exact combination of the
field devices in a detection loop shall be at the discretion of the design consultant based
on the project requirement & System Design. However the System Proposed by the
Solution Provider / System Integrator shall accommodate all the field
devices/components and shall meet all the requirements mentioned in the commercial
BOQ.

FACP shall connect all the field devices (Detectors, MCPs, Control Modules, Monitor
Modules, Hooter cum Strobes etc.), shall fully monitor them and communicate to them
for their status and shall be able to take intelligent decision of ALARM, TROUBLE,
SUPERVISORY based on the programmed cause-n-effect logic. It should have an

Signature of Contractor 325 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

interactive HMI (display cum operation interface), with status monitoring LEDs for AC
Power, Fire Alarm, System Trouble, System Supervisory, Ground Fault and shall have at
least 5 programmable switch with LED for seamless operation & maintenance.

FEATURES:

The system shall support the following:

 Active repeater panel


 Fail safe enabling operation even in case of failure of part of the system
 Expandable using loop cards
 Automatic dialler
 Field programmable interface with master and user levels
 Alarm Acknowledge, Signal Silence, System Reset, Lamp Test, System Test,
Evacuation/ Fire drill functions
 Dust accumulation compensation
 Missing detector reporting, False alarm reporting, Priority selection
 Isolate segment between two fault isolators
 AHU tripping from Fire Alarm Panel using addressable output modules and Input
modules from Fire exit doors.
 The Addressable Main Power Supply shall provide low frequency sweep earth
detect circuit.

SOFTWARE:

The FACP shall be able to obtain digital value for all detectors in the circuit through a
pulsed digitalized current data. The FACP shall be able to analyse all inputs from all
addressable units, and through its own software and ambient level screening the FACP
shall be able to identify fire, possible fire or fault conditions. The unit supervision shall be
dynamic and continuous

BATTERY BACKUP:

The FACP shall have Battery Backup of a minimum of 24 hours in normal run and half
an hour in alarm condition.

Signature of Contractor 326 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

DISPLAY & INDICATION:The backlit LCD display to indicate all information


associated with fire alarm condition.

PANEL FUNCTIONS:

The FACP shall supervise and monitor all detectors and monitor modules connected to
the system for normal, trouble and alarm conditions. System response to any alarm
condition must occur within 4 seconds. Manual Call Points shall have the highest priority
Upon alarm activation the following functions shall automatically occur:

The internal audible device shall sound at the FACP.

The LCD Display shall indicate all information associated with alarm condition

Remote or local annunciator LCD/LED's shall be illuminated.

Operate all notification appliances and auxiliary devices as programmed.

ENCLOSURES:The control panel shall be housed in cabinet suitable for surface or


semi-flush mounting. The cabinet and front shall be corrosion protected, with
rust-resistant prime coat, and manufacturer's standard finish.

The back box and door shall be constructed of steel with provisions for electrical conduit
connections into the sides and top. The door shall provide a key lock and shall include a
glass or other transparent opening for viewing of all indicators. For convenience, the door
may be site configured for either right or left hand hinging.

FACP shall have a dedicated mass storage memory to store project related critical
back-up like Auto-CAD as-built drawings, reports, logs, customer-text files etc in line
with NFPA-72, 2013 requirements. The memory shall be fully monitored by the FACP
CPU and shall be password-protected.

FACP shall support multiple System Power Supplies and Expansion Power Supplies in
cascade to ensure the optimum power as required by the system load and system design.

Each power supply shall provide total of 9 Amp currentout of which 2 Amp per NAC
shall be dedicated to the current requirement of Notification Appliance Circuit.

Signature of Contractor 327 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

FACP shall house 2 nos. of 50 AH batteries in its own housing and shall have the proper,
trouble-free charging capacity for them. However the FACP shall be able to charge up to
110AH of batteries if required by the system design and system load.

FACP shall have the networking capability with the other control panels of same family
by adding a network module.

FACP shall be compatible to Modbus over RS-232, Modbus over RS-485, Modbus over
IP and Bacnet over IP as different open protocol variants for 3rd party Integration. Exact
variant and module shall be considered as mentioned in commercial BOQ. The selection
of exact protocol variant shall be at sole discretion of the design consultant based on the
project & system requirement. Any deviation in this regard needs a prior formal approval
of the design consultant.

FACP shall be compatible to seamless integration of aspiration system via application


specific interface module. The FACP shall be able to view, monitor and control the
aspiration system from its HMI.

FACP shall have peak value logging capability and shall be able to analyse the peak value
of individual sensors for individual sensitivity selection.

FACP shall provide min 5 or more RS-232 ports for printers and other serial port utilities.

FACP shall have IP communication capability.

FACP shall have battery brackets for seismic area protection.

FACP shall support the intelligent Cause-n-Effect programming based on the Boolean
logic or equivalent to ensure the achievement of complete system functionality as
required by this document.

FACP shall be capable of indicating different events of varying priority and shall be able
to map those events in intelligent cause-n-effect logic to achieve “Positive Alarm
Sequence” and notification activation & deactivation as required by “Cause-n-Effect”
programming. The exact requirement of cause-n-effect will depend at sole discretion of
design consultant in line with the code requirement and protected premise requirement.

Signature of Contractor 328 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

FACP shall be capable of delivering all the functionalities mentioned under “Required
Functions” of this document in “General Specification” part.

FACP shall support Integrated Voice Evacuation cum Public Address System and
Integrated Fire Fighter Telephone system as an integral part of the FDA system. The
Integrate Voice Evacuation System and Integrated PA system shall be of same make as
that for FDA system and shall be configured with the same software tool that is used for
the FDA (Fire Detection & Alarm) system configuration to ensure seamless, effective
and hassle-free “ALERT” & “EVACUATION” announcement.

FACP shall support priority setting of various events.

FACP shall support the password protected authority level & assignment.

FACP shall have forward and backward compatibility with various generations of
devices in its family to protect client’s investment.

FACP shall support distributed architecture / arrangement for the components of the
same control panel / Network Node where it shall allow the mounting of various
components like analogue addressable detection loop interfaces, amplifiers, fire fighter
telephones, power supplies and other accessories in multiple remote enclosures at
different locations away from the main FACP to facilitate effective and efficient field
wiring terminations, avoid unnecessary cable runs. However the functionality of the
FACP shall be intact. A single communication failure between FACP and remote
enclosures shall not affect any system performance (but report the trouble condition at
FACP) and complete communication failure (by multiple discontinuities or
short-circuits) of a remote enclosure shall enable it to operate as a conventional system
and report the complete status of the trouble at the FACP.

FACP shall be UL & ULC listed and FM approved.

2. 11. PHOTOELECTRIC OPTICAL SMOKE DETECTOR

Photoelectric Smoke Detector shall offer multiple selectable sensitivity levels from 0.2%
Obs/ft to 3.7% Obs/ft in order to customize the sensitivity settings.

Signature of Contractor 329 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Optical Smoke Detector shall have automatic drift compensation or environmental


compensation capability for different contamination level of different areas in order to
counter nuisance alarm.

Optical Smoke detector shall have selectable bases with Response Indicator, Isolator,
Sounder, Relay and CO detection capability as an option so that the best fit solution is
selected depending on the requirement.

Optical Smoke detector shall have manual DIP switch addressing method that does not
require any special tool from manufacturer and commissioning activity for replacing the
detector in case the detector goes faulty.

Optical Smoke Detector shall have an operating temperature range of -9°C to 50°C and
humidity range up to 95% RH non-condensing.

Optical Smoke Detector shall be UL & ULC listed and FM approved.

2.12. MULTI SENSOR DETECTOR

The multi sensor detector shall be an intelligent digital photoelectric detector with a
programmable heat detector

Multi Sensor Detector shall offer multiple selectable sensitivity levels from 0.2% Obs/ft
to 3.7% Obs/ft in order to customize the sensitivity settings.

Heat Detection shall have two selectable rate of temperature rise thresholds of 8°C per
minute & 11°C per minute (or close to this value not deviating by more than 1°C)
selectable from the FACP.

Heat Detection shall have two fixed temperature alarm thresholds of 57°C and 68°C (or
close to this value not deviating by more than 1°C) configurable from the FACP.

Multi Sensor Detector shall have automatic drift compensation or environmental


compensation capability for different contamination level of different areas in order to
counter nuisance alarm.

Signature of Contractor 330 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Multi Sensor detector shall have selectable bases with Response Indicator, Isolator,
Sounder, Relay and CO detection capability as an option so that the best fit solution is
selected depending on the requirement.

Multi Sensor detector shall have manual DIP switch addressing method that does not
require any special tool from manufacturer and commissioning activity for replacing the
detector in case the detector goes faulty.

Multi Sensor Detector shall have an operating temperature range of -9°C to 50°C and
humidity range up to 95% RH non-condensing.

Multi Sensor Detector shall be UL & ULC listed and FM approved.

2.13. RATE OF RISE CUM FIXED TEMPERATURE HEAT DETECTOR

Heat Detector shall have both Rate of Rise Temperature operation and Fixed
Temperature operation freely configurable as per requirement of site.

Heat Detector shall have two selectable rate of temperature rise thresholds of 8°C per
minute & 11°C per minute (or close to this value not deviating by more than 1°C)
selectable from the FACP.

Heat Detector shall have two fixed temperature alarm thresholds of 57°C and 68°C (or
close to this value not deviating by more than 1°C) configurable from the FACP.

Heat Detector shall have selectable bases with Response Indicator, Isolator, Sounder,
Relay and CO detection capability as an option so that the best fit solution is selected
depending on the requirement.

Heat Detector shall have manual DIP switch addressing method that does not require any
special tool from manufacturer and commissioning activity for replacing the detector in
case the detector goes faulty.

Heat Detector shall have an operating temperature range of 0°C to 50°C and humidity
range up to 95% RH non-condensing.

Heat Detector shall be UL & ULC listed and FM approved.

2.14 MANUAL PULL STATION

Signature of Contractor 331 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Manual Pull Station shall be addressable and shall sit on the detection loop of the FACP
and shall communicate to the FACP to report its status.

Manual Pull Station shall require dual action to generate a manual fire alarm.

Manual Pull Station shall have an operating temperature range of 0°C to 49°C and
humidity range up to 93% RH non-condensing.

Manual Pull Station shall have manual DIP switch addressing method that does not
require any special tool from manufacturer and commissioning activity for replacing the
Manual Pull Station in case it goes faulty.

Manual Pull Station shall be UL and ULC listed and FM approved.

2.15ADDRESSABLE HOOTER WITH STROBE

Hooter with strobe should be true addressable system.

Hooter with Strobe unit shall have both audible and visual output units housed within the
same devicev. The audible output shall be multi-tone horn output up to 98DB and strobe
output shall have selectable intensity of 15, 30, 75 and 110 candela.

Strobe unit shall have a flash rate of 1Hz synchronized throughout the Fire Alarm
Network.

Hooter with Strobe unit shall be connected to the NAC of FACP and it shall be fully
monitored by FACP.

Hooter with Strobe unit shall report its status with configured parameters of each unit
(hooter and strobe) to FACP.

Hooter with Strobe unit shall support individual field testing in “Silent Mode” and
“Non-Silent Mode” (full operational mode).

If asked for, it shall be possible for FDA system to generate, print and e-mail the
diagnostic report of notification devices with tested and verified parameters.

Hooter with Strobe unit shall be controlled independently on the same 2-Core NAC as
per programmed activation and deactivation criteria or from the FACP. Audible (hooter)

Signature of Contractor 332 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

and Visible (strobe) outputs shall be independently configurable from FACP for its
activation and deactivation criteria as required.

In absence of any specific mention of activation and deactivation criteria, the hooter shall
stop at “Alarm Acknowledge” or “Alarm Silence” and the strobe shall stop at “System
Reset” or “Panel Reset”. This requirement shall not be deviated from unless otherwise
stated cause-n-effect configuration or unless a formal written approval is taken from the
design consultant.

It shall be possible to poll each and every hooter with strobe unit from the HMI / Display
/ Operator Console at FACP, isolate and include in the circuit (NAC), activate and
deactivate, view the voltage received by it from the HMI / Display / Operator Console at
the FACP & Network Repeater.

It shall be ensured that the last notification device at respective NAC receives at least
20Vdc (or 3 V above the min operating voltage) to ensure the desired performance. There
shall be a provision to verify the same either from FACP or a hand-held testing device.

Hooter with Strobe unit shall support individual performance check by a hand-held
testing tool during in “Silent-Mode” or “Sound-Mode” to facilitate performance check
during normal working hour.

Hooter cum Strobe shall have an operating temperature range of 0°C to 50°C and
humidity range up to 93% RH non-condensing.

Hooter with Strobe unit shall be UL and ULC listed and FM approved.

2. 16 ADDRESSABLE HOOTER / HORN

Hooter/Horn should be true addressable system.

The audible output shall be multi-tone selectable horn output from 85 DB up to 98DB.

Hooter shall be connected to the NAC of FACP and it shall be fully monitored by FACP.

Hooters shall be controlled independently on the same 2-Core NAC as per programmed
activation and deactivation criteria or from the FACP.

Signature of Contractor 333 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

It shall be possible to poll each and every hooter from the HMI / Display / Operator
Console at FACP, isolate and include in the circuit (NAC), activate and deactivate, view
the voltage received by it from the HMI / Display / Operator Console at the FACP &
Network Repeater.

Hooter shall report its status with configured parameters to FACP.

Hooter shall support individual field testing in “Silent Mode” and “Non-Silent Mode”
(full operational mode).

If asked for, it shall be possible for FDA system to generate, print and e-mail the
diagnostic report of notification devices with tested and verified parameters.

It shall be ensured that the last notification device at respective NAC receives at least
20Vdc (or 3 V above the min operating voltage) to ensure the desired performance. There
shall be a provision to verify the same either from FACP or a hand-held testing device.

Hooter shall have an operating temperature range of 0°C to 50°C.

Hooter shall have humidity tolerance range up to 93% RH non-condensing.

Hooter shall be UL and ULC listed and FM approved.

2.17 ADDRESSABLE STROBE

Strobe should be true addressable system.

Strobe shall have selectable intensity levels of 15, 30, 75 & 110 cd and shall be
configured and selected from FACP.

Strobe shall be connected to the NAC of FACP and it shall be fully monitored by FACP.

Strobe shall be controlled independently on the same 2-Core NAC as per programmed
activation and deactivation criteria or from the FACP.

It shall be possible to poll each and every strobe from the HMI / Display / Operator
Console at FACP, isolate and include in the circuit (NAC), activate and deactivate, view
the voltage received by it from the HMI / Display / Operator Console at the FACP &
Network Repeater.

Signature of Contractor 334 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Strobe shall report its status with configured parameters to FACP.

Strobe unit shall support individual field testing with indication of configured and
measurable intensity level.

If asked for, it shall be possible for FDA system to generate, print and e-mail the
diagnostic report of notification devices with tested and verified parameters.

It shall be ensured that the last notification device at respective NAC receives at least
20Vdc (or 3 V above the min operating voltage) to ensure the desired performance. There
shall be a provision to verify the same either from FACP or a hand-held testing device.

Strobe shall have an operating temperature range of 0°C to 50°C.

Strobe shall have humidity tolerance range up to 93% RH non-condensing.

Strobe shall be UL and ULC listed and FM approved.

2.18PROGRAMMABLE CONTROL MODULE

Control Module shall be addressable and shall sit on the detection loop of the FACP and
shall communicate to the FACP to report its status.

Control Module shall provide programmable, power limited, potential-free, Form-C,


SPDT Relay to control external 3rd party utilities in case of fire alarm.

Control Module shall have the contact rating of 2A@24Vdc (resistive) and 1A@24Vdc
(inductive).

Control Module shall have an operating temperature range of 0°C to 49°C and humidity
range up to 93% RH non-condensing.

Control Module shall have manual DIP switch addressing method that does not require
any special tool from manufacturer and commissioning activity for replacing the control
module in case it goes faulty.

Control Module shall be UL and ULC listed and FM approved.

2.19PROGRAMMABLE MONITOR MODULE

Signature of Contractor 335 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Monitor Module shall be addressable and shall sit on the detection loop of the FACP and
shall communicate to the FACP to report its status.

Monitor Module shall supervise potential-free, NO (Normally Open) dry contacts in


order to monitor the status of an external 3rd party device.

Monitor Module shall be configurable to report supervisory signal and alarm signal.

Monitor Module shall have an operating temperature range of 0°C to 70°C and humidity
range up to 93% RH non-condensing.

Monitor Module shall have manual DIP switch addressing method that does not require
any special tool from manufacturer and commissioning activity for replacing the monitor
module in case it goes faulty.

Monitor Module shall be UL and ULC listed and FM approved.

2.20 ADDRESSABLE FAULT ISOLATOR MODULE

Fault Isolators shall be addressable and shall sit on the detection loop of the FACP and
shall communicate to the FACP to report its status.

Fault Isolators shall be dual port, bidirectional communication isolator so that it isolates
the short-circuited wire of any side (left side or right side).

Fault Isolators shall be compatible to isolation from the FACP for the field diagnostic
purposes.

Fault Isolator shall power up in isolated mode and shall be directed by FACP to connect
the detection loop segment. It shall connect the detection loop segment only if the
segment is short-circuit free and acceptable else shall remain in isolated mode to impart
short-circuit survivability and tolerance to the remaining detection loop.

Fault Isolator shall be fully monitored and addressable by FACP. It shall report its status
to the FACP and shall be controlled from FACP.

Fault Isolator shall have an operating temperature range of 0°C to 49°C and humidity
range up to 90% RH non-condensing.

Signature of Contractor 336 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Fault Isolator shall have manual DIP switch addressing method that does not require any
special tool from manufacturer and commissioning activity for replacing the fault isolator
in case it goes faulty.

Fault Isolator shall be UL and ULC listed and FM approved.

2.21 ACTIVE REPEATER PANEL

Repeater panel should be active type where control switches should be available for
system acknowledge, Alarm silence & system reset.

Lamp/LCD test should be possible.

Active Repeater panel should be UL and ULC listed and FM approved.

2.22FIRE GRAPHIC SOFTWARE

The proposed software should be from the same manufacture of fire alarm system &
should be UL & FM approved.

To provide Annunciation, Status display, Monitoring & Control of each and every
element connected to Fire Alarm System and Networks.

The software should have a capacity of 62,500 points or point lists.

Should be able to store 5,00,000 event logs.

Quad Monitor supports. Should support multiple active windows such as putting alarm
list window in one monitor and the graphic window in another monitor.

Should be able to customize alarm & messages.

Pan & Zoom features within a graphic screen for rapid & convenient selection.

Multiple password option should be available in the software.

Should operate on Windows 7 32 bit Operating system.

2.23 DIGITAL VOICE COMMAND STATION SHALL EITHER BE LOCATED


AT THE FACP.

Signature of Contractor 337 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Digital Voice Command shall contain all equipments required for automatic voice
evacuation, Public Address system, Two-way Fire Fighter Telephone communication,
Audio Control, Audio Message configuration, Recorded Message storage, Back up for
Audio files, Time bound Cause-n-Effect configuration, Audio Zone Selection &
Annunciation, Fire Fighter Telephone Zone selection & annunciation, Microphone,
Telephone Handset and all other necessary accessories to complete the system
requirements specified in this tender document.

Digital Voice Command Station shall operate as fully supervised multi-channel


emergency voice communication system capable automatically announce “ALERT” &
“EVACUATION” pre-recorded messages triggered via programmed Cause-n-Effect
logic.

Digital Voice Command shall have a provision of manual paging in selected audio-zone /
channel overriding any ongoing “ALERT” or “EVACUATION” message.

Digital Voice Command shall have provision of cause-n-effect logic controlled message
selection, automatic announcement of the selected message in the selected zone and
time-bound escalation of the voice evacuation with priority setting for different voice
messages.

Digital Voice Command Station shall annunciate TROUBLE condition of individual


speaker circuits, fire fighter telephone circuit, digital voice controllers, fire-fighter
telephone controllers and of all other controllers, modules and accessories that are
connected to it for proper functioning of the system.

Digital Voice Command Station shall have a provision of library of factory recorded
voice messages, phrases and words to facilitate the flexible configuration of voice
messages for automatic “ALERT” & “EVACUATION” announcement.

Digital Voice Command Station shall be modular in nature with regard to hardware and
software features in order to facilitate the customized system configuration and
customized voice evacuation cum manual paging.

Digital Voice Command Station shall provide “Ready to Talk” main microphone with
zone selection capability.

Signature of Contractor 338 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Digital Voice Command Station shall support min 5 supervised remote microphone
inputs.

Digital Voice Command Station shall be capable to either house the required no. of
amplifiers in its own housing / enclosure or shall support a distributed amplifier assembly
structure of customized power capacity. It shall not limit the location and capacity of
amplifier-assembly as a system limitation.

Digital Voice Command Station shall support “Spoken Walk Test” which gives voice
confirmation of the status of the tested devices under walk test.

Digital Voice Command Station shall be UL & ULC listed and FM approved.

2.24AUDIO AMPLIFIER

Audio Amplifier shall have capacity of min 50W (or more) with min 2 (or more) speaker
circuits.

Audio Amplifier shall provide min 2 or more freely selectable audio channels to facilitate
the announcement of min two simultaneous different messages controlled by
cause-n-effect programming.

Multiple amplifiers of stated capacity and specification shall be mounted in a single


enclosure/amplifier assembly which can either be at FACP location or away from it. The
exact power capacity of amplifier assembly shall be configured as per the commercial
BOQ which will be decided at sole discretion of the design consultant. Any deviation
from commercial BOQ and System architecture shall have a prior formal approval of the
design consultant. However achieving the complete functionality as required in this
document shall be binding on the solution provider in terms of responsibility.

Audio amplifier shall have the necessary power supply, monitoring mechanism,
over-voltage and over-current protection, short-circuit detection & tolerance, earth fault
detection and tolerance, primary and secondary power supply failure indication and other
detection, monitoring and protection mechanism to ensure the complete, proper and
trouble-free functionality as required by this document.

Signature of Contractor 339 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Audio amplifier shall offer multiple combinations of capacity distribution between


2-channels such as 0W & 50W, 25W & 25W, 10W & 40W or any other combination that
totals to 50W.

Audio amplifier shall provide 70.7Vrms to the speaker circuit.

Audio amplifiers shall be UL & ULC listed and FM approved.

2.25 FIRE FIGHTER TELEPHONE STATION

Fire Fighter Telephone Station shall be complete with Telephone Jack, Handset and
required accessories housed in a red coloured enclosure equipped with Magnetic Latch or
Lock. The door of this unit shall indicate “FIRE WARDEN STATION” or equivalent
message prominently.

Fire Fighter Telephone station shall be capable of two-way communication with the
operator at command centre at FACP.

Operator at Command Centre shall be able to connect or disconnect to multiple


simultaneous fire fighters / callers from the field with unambiguous addressability /
identification of each caller.

It shall be possible for the operator at main command centre to set up a conference call
among 5 or more fire fighters trying to speak to the operator at the main command centre.

The Fire Fighter Telephone Station / Fire Warden Station shall be UL & ULC listed and
FM approved.

2.26 AUTO DIALLER

The auto telephone dialler shall be high quality, automatic voice message communicator.
It shall have a pre recorded audio alarm message followed by an alarm triggered by any
one of the pre- programmed inputs.

The Auto Dialer shall dial and play the pre-recorded message to the nearest Fire Control
Station and also to the Security room.

Signature of Contractor 340 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

There shall be facility to store a minimum of 4 numbers of 12 digits shall be stored &
minimum duration of alarm or voice message shall be 16 second. Dialing method shall be
pulse or tone programmable.

2.27POWER SUPPLY UNIT

The Power supply unit shall have 5 Amps output connected to 24 Volts, Sealed
maintenance free lead acid battery. It shall have an inbuilt trickle and boost charger. AC
Power supply indicator shall be provided for availability of AC power source. An inbuilt
buzzer shall be provided to indicate battery in deep discharge condition.

2.28 COMMISSIONING & GUARANTEE FOR FIRE ALARM SYSTEM

2.28.1 SCOPE OF WORK

Entire Works shall be executed without any additional cost. The rates quoted in this
tender shall be inclusive of the works given in this section.

CONTRACTOR shall provide all tools, equipment, metering and testing devices
required for the purpose.

On award of work, CONTRACTOR shall submit a detailed proposal giving methods of


testing and gauging the performance of the equipment to be supplied and installed under
this contract.

All tests shall be made in the presence of the ENGINEER or his representative or any
inspecting authority. At least five working days notice in writing shall be given to the
inspecting parties before performing any test.

Three copies of all FUNCTIONAL TESTS test results shall be submitted to the
ENGINEER in A4 size sheet paper within two weeks after completion of the tests.

2.28.2 PRECOMMISSIONNIG

On completion of the installation of all Devices, Wiring and Instalation etc. the
CONTRACTOR shall proceed as follows:

2.28.3 STATUTORY AUTHORITIES' TESTS AND INSPECTIONS

Signature of Contractor 341 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

As and when notified in writing or instructed by the ENGINEER, the CONTRACTOR


shall submit shop drawing and attend all tests and inspections carried out by Local Fire

Authorities, Water Authority and other Statutory Authorities, and shall forthwith execute
free of charge any rectification work ordered by the ENGINEER/MEPC as a result of
such tests and inspections where these indicate non-compliance with Statutory
Regulations. Some of these tests may take place after the issue of Practical Completion of
the Main Contract and the CONTRACTOR shall make all allowances in this respect.

The CONTRACTOR shall be responsible for the submission of all necessary forms and
shop drawings to the Statutory Authorities which shall conform in layout to the latest
architectural plans submitted to and kept by these Authorities.

The submission shall comply with the requirements set forth in the current Codes of
Practice and circular letters of the Statutory Authorities. The shop drawings to be
submitted shall be forwarded to the ENGINEER for checking before submission.

The CONTRACTOR shall allow for at least two submissions of complete sets of shop
drawings to the Authorities, one to be made within six months after the award of the
Contract but not less than six weeks before the inspection. The ENGINEER may at his
discretion instruct the CONTRACTOR for additional submissions to the Local
Authorities whenever necessary.

The CONTRACTOR shall notify the ENGINEER at least seven days in advance of his
application for local Authority tests and inspections. On receipt of a confirmed date for
test and inspection the CONTRACTOR shall inform the ENGINEER without delay.

2.28.4 FINAL ACCEPTANCE TESTS

Following commissioning and inspection of the entire installation, and prior to issue of
the Completion Certificate, the CONTRACTOR shall carry out final acceptance tests in
accordance with a programme to be agreed with the ENGINEER.

Should the results of the acceptance tests show that plant, systems and/or equipment fail
to perform to the efficiencies or other performance figures as given in this Specification,
the CONTRACTOR shall adjust, modify and if necessary replace the equipment without
further payment in order that the required performance is obtained.
Signature of Contractor 342 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Where acceptance tests are required by the relevant Authorities having jurisdiction, these
tests shall be carried out by the CONTRACTOR prior to the issue of Completion
Certificate to the acceptance of the Authorities.

2.28.5 REJECTION OF INSTALLATION

Any item of plant or system or component which fails to comply with the requirements of
this Specification in any respect whatsoever at any stage of manufacture, test, erection or
on completion at site may be rejected by the ENGINEER either in whole or in part as he
considers necessary/appropriate. Adjustment and/ or modification work as required by
the ENGINEER so as to comply with the Authority's requirements and the intent of the
Specification shall be carried out by the CONTRACTOR at his own expense and to the
satisfaction of the Authority/ENGINEER.

After works have been accepted, the CONTRACTOR may be required to carry out assist
in carrying out additional performance tests as reasonably required by the
ENGINEER/OWNER.

2.28.6 WARRANTY AND HANDOVER

The CONTRACTOR shall warrant that all plant, materials and equipment supplied and
all workmanship performed by him to be free from defects of whatsoever nature before
handover to the Owner.

2.28.7 HANDING OVER OF DOCUMENTS

All testing and commissioning shall be done by the CONTRACTOR to the entire
satisfaction of the OWNER / ENGINEER and all testing and commissioning documents
shall be handed over to the ENGINEER.

The CONTRACTOR shall also hand over all maintenance and operation manuals, all
certificates and all other documentation as per the terms of the contract to the
ENGINEER.

2.28.8 CHECK LIST FOR COMMISSIONING

 Wiring Continuity Checks


 Smoke Detector Checks
Signature of Contractor 343 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

 LED Response Indicator Checks


 Heat Detector Checks
 Manual Call Point Checks
 Fire Alarm Control Panel
 Fire Annunciation Panel
 Fire Alarm Repeater Panel
 Check all Detectors & devices. Any device not found to be functioning needs to
be rechecked and rectified

Signature of Contractor 344 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

3.0SPECIFICATIONS FOR NOVEC-1230 GAS BASED FIRE SUPPRESSION


SYSTEM

3.1GENERAL INFORMATION

Novec-1230 is a Clean Agent efficient on Class A, B and C fires. It is a clean, electrically


non-conductive media used for the protection of variety of potential fire hazards
including electrical and electronic equipment.

For most common applications involving Class A & C fires, the recommended
volumetric design concentration is 4.7% for protection of normally occupied areas. As
per NFPA, the minimum extinguishing concentration for Class 'B' fuels is determined by
the cup burner value. The minimum extinguishing concentration for the specific fuel,
plus a safety factor of 20% gives the Design Concentration.

Novec-1230 is stored in high pressure containers and super pressurized by dry nitrogen to
provide additional pressure to ensure rapid discharge. Once the system is activated, the
container valves are opened and the nitrogen propels the liquid under pressure through
the pipe work to the nozzles where it vaporizes. High rate of discharge through the
nozzles ensures that homogenous mixture with the air.

The composition of Novec-1230 is

Dodecafluoro-2-methylpentan-3-one - CF3CF2C(O)CF(CF3)2, FK-5-1-12

The NOAEL and LOAEL of Novec-1230 are

NOAEL LOAEL 10 >10

3.2 SUMMARY OF GAS SUPPRESSION SYSTEM

Sl.
Description IPP IPG DOT
no
1 Cylinders- 140kg 7
2 Cylinders- 120kg 2 2 11
3 NOVEC 1230 agent- Kg 224 186 1830
4 Discharge Nozzles 4 2 88

Signature of Contractor 345 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

5 Discharge pressure switch 1 1 30


6 Directional Valve 20
7 Manifold for cylinders 2 2 13
8 Gas release panel 1 1 30

3.1 SCOPE

The contractor shall supply, install, test and put in operation a Novec-1230 based fire
suppression system. The fire suppression system shall include and not be limited to gas
release control panel, PESO approved seamless cylinders only, discharge valve (with
solenoid or pneumatic actuator) as the case may be, discharge pipe, non-return valve and
all other accessories required to provide a complete operation system meeting applicable
requirements of NFPA 2001 or ISO standards and installed in compliance with all
applicable requirements of the local codes and standards.

The system design should be based on the specifications contained herein, NFPA 2001
(Latest Edition) & in accordance with the requirements specified in the design manual of
the agent. The bidder shall confirm compliance to the above along with their bid.

3.2 DESIGN AND ENGINEERING

Novec-1230 systems shall be designed minimum design concentration of 4.7% (0.684


kg/m³) as applicable to class 'A & C' risks according to NFPA-2001:2012

The system design must consider the limitations caused by the void height. It should also
consider temperature in the void to determine the appropriate quantity of agent required.
The vendor should clearly indicate the qty. of the gas in Kgs. to be used for the system.
All voids within each hazard shall be discharged simultaneously. Each hazard shall have
an independent system with 100% Online Standby System.

Novec-1230 systems shall have a working pressure of 25/42 bar.

A fill density between 0.5 to 0.87 should be considered for the agent to be discharged
within the specified time of 10 seconds.

Signature of Contractor 346 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The system engineering company should carry out the piping Isometric design and
validate the same with a hydraulic flow calculation generated by using the agent's design
software. The appropriate fill density to be arrived at based on the same and shall
conform to clause

The design & calculation shall be carried out using OEM Software Program only
provided by the manufacturer. You may note that the calculation is the only guarantee
that the system will work, provided the system is installed exactly as per the design. The
contractor has to take into consideration the routing available while designing the pipe
network.

3.3 NOVEC-1230 AUTHENTICATION

A certification (from the manufacturer of the agent or their direct distributor) on the
genuinity and quality of the agent filled in the system procured should be submitted by
the System Engineering Company.

3.4 REFILLING AND MAINTENANCE

In case of any leakage or accidental discharge of the agent, it should be possible to refill
the cylinders in India itself. The contractor should indicate the source of refilling and time
that will be taken for refilling and replacement.

3.5 DISCHARGE TIME

As gas has to be fully discharged within 10 seconds for effective quenching of fire as per
the relevant standards, the contractor has to ensure that the design meets this requirement.
A pre discharge alarm along with illumination of warning signs to be installed inside the
protected area to notify the personal present inside to evacuate the protected area. Once
the discharge takes place there should be warning signs restricting personal from entering
the protected area until the gas has been cleared from the area.

3.6 MATERIALS AND EQUIPMENT’S

All materials and equipment’s shall be from approved manufacturers and shall be suitable
for the performance of their respective functions.

Signature of Contractor 347 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The cylinders should be complete with all accessories. The contractor shall indicate the
dimensions of the cylinders required for each area while quoting.

The number of nozzles and their positions must be chosen so that the design
concentration is established everywhere in the enclosure.

The gas release panel should have manual override and manual discharge keys/lever.

3.6.1 CYLINDER

The cylinder shall be high pressure, seamless steel gas cylinder, flat type, concave bottom
as per IS 7285 complete with neck ring. Welded and Non-PESO approved cylinders will
not be accepted.

As per the regulations of the Petroleum & Explosive Safety Organization (PESO)
Nagpur, any system which has a working pressure above 19 bar (280 psi) will require the
use of seamless cylinders that have been duly approved by the PESO, Nagpur.

The maximum and minimum fill density of Novec-1230 in a cylinder shall not be less
than 0.5 kg/lit. and not exceed 0.87 Kg/Lit. of internal volume. Appropriate fill density
shall be chosen based on the cylinder location and piping. The hydraulic calculations
should prove that the fill density is appropriate and total discharge will take place within
10 seconds.

The cylinders shall be super-pressurized with dry nitrogen to 25/42 bars at 20°C. The
cylinder shall be capable of withstanding any temperature between 30° C and 70°C.

Cylinder shall be mounted according to manufacturer recommendations.

The cylinder shall withstand Hydrostatic test pressure of minimum 150 bar and working
pressure at 15°C shall be 100 bar minimum.

3.6.2 VALVES

The discharge valve shall be approved for use with Novec-1230. All the gaskets, O-ring,
sealant and other valve component shall be constructed of materials compatible with the
clean agent.

Signature of Contractor 348 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The system should be engineered using hardware approved for use with Novec-1230
systems. This would include main discharge valve, solenoid, check valve / non-return
valve and pneumatic actuators. Certificates from OEM to be provided for the same.

3.6.3 PIPES & FITTINGS

All Pipes shall be of ASTM-A-106, Gr: B, schedule-40 seamless CS Pipes and fittings
shall be as per ASTM A-105, A 234 standard of appropriate class.

All Fitting Joints below 2” size shall be threaded or Socket Welded

All Fitting Joints above 2” size shall only be Butt / Socket Welded.

The Contractor shall provide the Test Certificates for all Pipes and Fittings.

3.6.4 DISCHARGE NOZZLE

Nozzle shall control the flow of Novec-1230 to ensure high velocity, proper mixing in the
surrounding air and uniform distribution of the agent throughout the enclosure. The
number of nozzles and their positions must be chosen so that the design concentration is
maintained everywhere in the enclosure. Nozzle shall be located where they can be
adequately supported on walls, ceiling or structural members. Software generated
calculation supporting the nozzle design shall be submitted by the successful bidder
before signing of contract.

3.6.5 FIRE DETECTION AND GAS RELEASE PANEL

Fire detection shall achieve using Conventional smoke/heat/multi criterion detectors. The
protected area shall have 2-zone fire control panel and one set of detectors. Each zone
shall have a set of detectors which are sensitive to fast flaming fire and slow smoldering
fires. In case of either type of fire, the detectors shall detect the condition at an early stage
(the moment products of combustion enter the detector) and shall cause the alarm panel
to activate.

The moment the first zone gets activated the specific zone number shall be displayed and
the panel buzzer shall start operating. At the end of timer one, stage 1 bells and relays
shall be switched on. There shall be two sounders, both of which get switched on

Signature of Contractor 349 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

simultaneously to ensure that at least one shall work even if the other fails. The stage 1
bells shall be identified by the fact that they pulsate at the rate defined by timer 1.

When the second zone also activates, the second zone number shall also be displayed on
the panel and stage 2 bells shall be activated which is identified by a continuous tone. The
stage 2 bells indicate that area is to be evacuated. The output from the panel to the gas
release module (actuator output) shall activate at the end of timer two, which is initiated
from the moment the panel enters stage 2. It is important to note that the actuator output
on the panel shall be enabled only if the automatic gas release mode is selected.

In the manual mode, even if the panel enters the stage 2, the actuator output shall not be
enabled. In this case, actuator output shall be enabled if and only if the manual release
switch is pressed, which shall cause the panel to enter stage 2 directly and at the end timer
2 enables the actuator output.

In case of alarm during presence of staff, the mute key shall be pressed to silence the
alarm. Reset switch shall be pressed to reset the system. In case any zone is faulty, the
zone isolate switch shall be pressed. This shall cause the zone isolation lamp to light on
the panel.

In case of any fault condition (open circuit or short circuit on zone loop or power fault or
bell fault or actuator fault) the indicator and the buzzer shall come on. The fault relay
shall also be activated and provide a change over contact. Pressing the mute key shall
cause the buzzer to shift to intermittent state and the LEDs shall also glow steadily
instead of flashing.

3.6.6TESTING

The pipe network shall be pressure tested as per the Annexure-A

The control panel & actuators shall be tested in manual / Auto modes.

All opening inside the rooms protected through which the gas might escape shall be
sealed close.

The test certificates for cylinders and other accessories shall be submitted.

3.6.7 DOCUMENTATION
Signature of Contractor 350 CMC Vellore
CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

The bidder should be the manufacturer or an authorized, trained and certified reseller of a
manufacturer/distributor of Novec-1230system. Documentation to validate the same
shall be submitted along with the bid documents.

The system engineering company should prepare & submit along with the bid
documents, the piping Isometric drawing and support the same with a hydraulic flow
calculation generated by using the agent's design software. The calculations shall validate
the fill density assumed by the bidder.

The bidder shall submit copies of the datasheets of the hardware used in the system. The
bidder shall also submit copy of PESO approval letter for the cylinder proposed to be
used. These documents shall be attached to the bid.

The bidder shall also submit calculations to evidence the qty of agent considered for the
system.

The successful vendor must submit, along with the supply invoice, a certificate of
authenticity, for the agent from the manufacturer/distributor.

The System Company should provide, as part of handing over, the as-built drawing,
operation manual and maintenance manual. The as-built drawing shall exactly match the
Isometric drawing submitted with the flow calculation prior to commencement of work.

Signature of Contractor 351 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

4.0 APPROVED LIST OF MAKES

4.1 APPROVED MAKES OF MATERIALS FOR FIRE PROTECTION SYSTEM

Sl.No NAME OF THE PRODUCTS MAKES


FIRE/SPRINKLER MAIN WILO, KSB, GRUNDFOS,
1
PUMP/JOCKEY KIRLOSKAR
2 DIESEL PUMPS CUMMINS, GREAVES, KIRLOSKAR
3 MOTOR ABB, SIEMENS, GREAVES, KOEL,
JINDAL HISSAR / JINDAL STAR,
4 GI/MS PIPES(IS:1239/IS:3589)
TATA STEEL
GROOVED PIPING SYSTEM FOR
5 VICTAULIC, TYCO
FIRE PROTECTION
6 PAINTS ASIAN PAINTS, ICI, BERGER
DOUBLE/SINGLE HEADED SAFEGUARD, SHAH BHOGILAL,
7
LANDING VALVE PADMINI, WINCO
CONTROLLED PRESSURE
8 NEWAGE
LANDING VALVE
SIAMESE BREACHING
SAFEGUARD,SHAH BHOGILAL,
9 CONNECTION/FIRE SERVICE
PADMINI, WINCO
INLET/ADOPTER CONNECTION
10 FIRE HOSE CRC, EVERSAFE, JAYASHREE
11 HOSE BOX( ISI MARKED) GEETECH, SAFELINE
DUNLOP,SWASTIC, MITRAS,
12 RUBBER HOSE REEL
EVERSAFE, OMEX,SRI
DUNLOP, SWASTIK, HILTON,
13 RUBBER HOSES
MITRAS
FIRST AID HOSE REEL( LPCB EVERSAFE, SAFEGUARD, SHAH
14
APPROVED) BHOGILAL, SAFEX, MITRAS
HOSE REEL DRUM (ISI
15 GEETECH, SAFELINE, MITRAS
MARKED)
STAINLESS STEEL METAL SAFEGUARD, SHAH BHOGILAL,
16
BRANCH PIPE MINIMAX

Signature of Contractor 352 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Sl.No NAME OF THE PRODUCTS MAKES


17 FIREMAN AXE NEW AGE, SAFEGUARD
18 ALARM CONTROL VALVE HD, TYCO
19 WATER CURTAIN NOZZLES HD FIRE, / EQUIVALENT
20 SPRINKLER HEADS HD, TYCO, NEWAGE, SHARP, SHJD
HONEYWELL, POTTER,
21 WATER FLOW SWITCH
SYSTEM-SENSOR
FIRE PROTECTION WRAPPING
22 IWL-PYPKOTE, RUSTECH-COATEK
& COATING
AUDCO, DANFOSS, LEADER,
23 GM/FORGED BRASS VALVES
ZOLOTO
INDIAN VALVE COMPANY,
24 SLUICE VALVE
KIRLOSKAR, ZOLOTO
CRI, CIM, ADVANCE,
25 BUTTERFLY VALVE
MONSHER,ZOLOTO
ADVANCE, DANFOSS,
26 CHECK VALVE-WAFER TYPE
HONEYWELL, VTM
27 CHECK VALVE-DUAL PLATE VTM, ADVANCE, ZOLOTO
28 PRESSURE SWITCH DANFOSS,INFOSS
29 FOOT VALVE NORMEX KRILOKER
30 DELUGE VALVE HD FIRE, ADVANCE, ZOLOTO
31 SOLENOID VALVE DANFOSS, / EQUIVALENT
32 PRESSURE REDUCING VALVE TYCO, INTERVALVE , ZOLOTO
33 AIR RELEASE VALVE NEWAGE, ZOLOTO
34 BALL FLOAT VALVE ZOLOTO, HBD
35 Y-STRAINER EMERALD, ZOLOTO
ANTI VIBRATION MOUNTING
36 EASY FLEX, DUNLOP, CORI
& FLEXIBLE CONNECTIONS
37 PRESSURE GAUGE EMARLD, FIEBIG
LEVEL CONTROLLER AND
38 TECHNIKA, TECHTROL
INDICATOR( WATER)

Signature of Contractor 353 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

Sl.No NAME OF THE PRODUCTS MAKES


39 WELDING RODS ADOR, COSMOS.
SUPPORT SYSTEMS &
40 MUPRO, FISHER, HILTI
FASTENERS
41 MECHANICAL SEAL BURGMANN, SEALOL
42 FIRE SEALANT BIRLA 3M, HILTI, PROMAT
43 CABLES HAVELLS/POLYCAB/GLOSTER
ISOLATING VALVES,
44 INTER VALVE / LEADER
NON-RETURN VALVES
45 EXPANSION BELLOWS KANWAL, CORI, EASY FLEX
SIEMENS, SCHNEIDER, ABB, L&T,
46 SWITCHGEARS
LEGRAND

4.2 APPROVED MAKES OF MATERIALS FOR FIRE ALARM SYSTEM

SL.NO DESCRIPTION APPROVED MODELS


TYCO SIMPLEX - UL & FM APPROVED
NOTIFIER HONEYWELL - UL & FM
FIRE ALARM
1 APPROVED
CONTROL PANEL
SIEMENS-FIRE FINDER - UL & FM
APPROVED
TYCO SIMPLEX / NOTIFIER HONEYWELL /
2 REPEATER PANEL
SIEMENS FIREFINDER
GRAPHICAL TYCO SIMPLEX / NOTIFIER HONEYWELL /
3
SOFTWARE SIEMENS FIREFINDER
ADDRESSABLE TYCO SIMPLEX / NOTIFIER HONEYWELL /
4
SMOKE DETECTOR SIEMENS FIREFINDER
ADDRESSABLE TYCO SIMPLEX / NOTIFIER HONEYWELL /
5
HEAT DETECTOR SIEMENS FIREFINDER
SHORT CIRCUIT TYCO SIMPLEX / NOTIFIER HONEYWELL /
6
ISOLATOR SIEMENS FIREFINDER
7 ADDRESSABLE TYCO SIMPLEX / NOTIFIER HONEYWELL /

Signature of Contractor 354 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

CONTROL MODULE SIEMENS FIREFINDER


ADDRESSABLE TYCO SIMPLEX / NOTIFIER HONEYWELL /
8
INPUT MODULE SIEMENS FIREFINDER
ADDRESSABLE
TYCO SIMPLEX / NOTIFIER HONEYWELL /
9 MANUAL CALL
SIEMENS FIREFINDER
POINT
ADDRESSABLE TYCO SIMPLEX / NOTIFIER HONEYWELL /
10
SOUNDER/STROBE SIEMENS FIREFINDER
11 AUTO-DIALLER VISONIC, SECURICO, SONTAY
12 CABLES POLYCAB ,FINOLEX, RR KABEL, HAVELLS

4.3.APPROVED MAKES OF MATERIALS FOR GAS SUPPRESSION SYSTEM

SL.
DESCRIPTION APPROVED MODELS
NO
SEAMLESS CYLINDERS AS PER
1 RAMA / EKC
PESO, IS7285
VALVE WITH PRESSURE
2 TYCO / HYGOOD
GUAGE , VDS STD
3 SOLENOID VALVE, VDS STD TYCO / HYGOOD
PNEUMATIC MANUAL
4 TYCO / HYGOOD
RELEASE LEVER , VDS STD
FLEXIBLE / RIGID DISCHARGE
5 TYCO / HYGOOD
HOSE, VDS STD
DISCHARGE NOZZLES, VDS
6 TYCO / HYGOOD
STD
7 CHECK VALVE, VDS STD TYCO / HYGOOD
8 PNEUMATIC CONE, VDS STD TYCO / HYGOOD
9 ACTUATION HOSE, VDS STD TYCO / HYGOOD
10 NOVEC-1230 GAS 3M 3M

Signature of Contractor 355 CMC Vellore


CMC-STFK/2016/TD-001Technical Specifications-FP, FA & GSS Works-VOL-II

11 CYLINDER BRACKET TOPAZ


CAUTION LABELS AND
12 TOPAZ
CYLINDER LABELS
DISCHARGE PRESSURE
13 TOPAZ /HYGOOD
SWITCH , VDS STD
2 ZONE CONVENTIONAL GAS TYCO SIMPLEX / NOTIFIER
14
RELEASE UL STD PANEL HONEYWELL / SIEMENS FIREFINDER
MULTISENSOR DETECTOR TYCO SIMPLEX / NOTIFIER
15
WITH BASE UL STD HONEYWELL / SIEMENS FIREFINDER
ABORT SWITCH WITH COVER TYCO SIMPLEX / NOTIFIER
16
PLATE HONEYWELL / SIEMENS FIREFINDER
TYCO SIMPLEX / NOTIFIER
17 MANUAL RELEASE SWITCH
HONEYWELL / SIEMENS FIREFINDER
TYCO SIMPLEX / NOTIFIER
18 HOOTER CUM STROBE
HONEYWELL / SIEMENS FIREFINDER
PIPE SCH-40 ASTM A 106, GR. B,
19 MSL/ JINDAL
CARBON STEEL PIPE
REDUCER CONNECTOR
20 MICROMETAL/ B&M
THREADED
21 90DEG ELBOW THREADED / SW MICROMETAL/ B&M
22 ANCHOR FASTENERS. HILTI REPUTED
2 CORE 1.5 SQ.MM FRLS
23 POLYCAB
ARMOURED CABLE

Signature of Contractor 356 CMC Vellore

You might also like