You are on page 1of 184

PART-B 85

PART –B

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 86

INDEX

Sl.
Title Page No.
No.
85
PART-B
86
1 Index
87- 116
2 Scope of Work & Schedule of Finishes
117- 144
3 General Conditions & Project Monitoring
145- 157
4 General Conditions of Planning & Design
Conditions Specific to Green Building 158- 169
5
practice
170- 208
6 Quality Assurance and Preferred Makes
209- 252
7 Technical Specifications for Civil Works
253- 260
8 Guarantee Bonds

9 Seigniorage Rates 261- 268

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 87

Scope of work & Schedule of Finishes

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 88

Scope of work

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 89

Scope of work:
University of Hyderabad, Gachibowli, Hyderabad propose to construct Guest House
Facilities(25+25)Rooms (G+2 Floors) including development works & bulk services,
and other associated miscellaneous works. The details of buildings, approximate
plinth area and particulars are indicated in table below. The layout plan and
conceptual architectural plans of buildings are provided by the department in this
bid document. The bidder shall engage a consultant/(s) who shall provide
preliminary architectural drawings, detailed working drawings, structural drawings
& service drawings for all buildings and development works & services sub head in
schedule and any other drawings required for completing the project. The
Structural design of one additional floor (future provision) over G+2 should be
done along with G+3 structure design and soft and hard copies of structural
drawings is to be submitted. The drawings and schemes shall be got approved from
CPWD Authorities. The execution shall be done based on the approved working &
structural drawings. CPWD Specifications, relevant IS codes, National Building
Code 2016 and other standard specifications shall be followed in general except
otherwise mentioned in bid document. Samples of the materials of approved
make or otherwise shall be got approved from the Engineer-in-charge before
use in the work.

Sl. No. of No. of Built up Minimum plinth area in


Building Names
No. Blocks Floors sqm

1 Guest House 1 G+2 6030


Facilities(25+25)Rooms
Development & Bulk Details as mentioned in Schedule & scope of work
2
Services mentioned in this document.

3 Other Associated work Details as mentioned in Schedule & scope of work


mentioned in this document
Note:
1) The areas shown are indicative only and consultant can make minor changes
while making detailed working drawings in consultation with CPWD.

2) The Plinth level shall be kept 0.60 mtr above higher ground level or formation
level (formation level will be considered 0.15 mtrs above the approach road
level)
Nothing extra shall be payable for additional height of RCC columns and whatsoever
required at site.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 90

The low laying area around the building shall be filled up with the earth mixed with
boulders, available at near by area within 1.00 km lead as per the direction of the
Engineer in charge. Nothing extra will be payable on account of excavation,
transportation and refilling etc

The scope of work consists of planning, designing and construction of Guest House
Facilities(25+25)Rooms in G+2 floors including all related civil, E&M services
ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) (Turn Key) basis from
concept to completion, handing over in fit condition ready for occupation. The
responsibility of investigations, planning, designing, procurement, construction,
safety, quality and risk of engineering lies completely with the agency:

A. BUILDINGS:

The scope of the work shall include but not limited to the following:

1) To carry out survey of the site handed over for execution of project and shall
verify the site dimensions as per the site plan provided with bid document or
made available by Engineer-in-charge.
2) A copy of the preliminary soil investigation report is attached with bid
document only for reference. However, agency may get detailed soil
investigation conducted as per the relevant BIS codes / latest National
Building Code (NBC) for determination of type of foundation and its design,
without depending on the attached report. The soil report attached is an
indicative report.

3) Planning, designing & Preparation of working drawings, submission


drawings, Obtaining all mandatory approvals from local bodies /
authorities required for commencing the work including fire clearance,
NOC from forest Department, conducting all required studies and test
that are required for obtaining the permission from local bodies for
commencing the work, all included. The building drawings prepared
shall confirm to the requirement of NBC, Fire, barrier free & accessible
for Divyangan norms, local body and all other statutory norms.

a. The EPC contractor shall prepare architectural designs, drawings, details,


layouts, etc in accordance with the Preliminary drawings attached with
the bid document, brief schedule of specifications and finishes specified in
the bid document and as per Municipal Bye laws, Controls, general
guidelines of CPWD specifications/BIS codes/ Latest NBC and other
specifications contained in the bid document. The architectural drawings
attached with the bid document are only Preliminary /indicative drawings.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 91

The agency shall be required to prepare and submit the detailed


architectural drawings based on the above guidelines for the approval of
the Department. Any changes, modifications, revisions etc required to be
done by the HCU, Hyderabad (end user), CPWD, CFO, Local bodies, proof
consultants etc in the Preliminary drawings attached with the bid
document, will have to be done by the EPC contractor and nothing extra
shall be payable.

b. The designs and drawings shall confirm and registered to meet at


least one of the following green building certifications: (i) Green
level certification of GHAR based on CPWD Green Rating Manual
2019 (copy available at www.cpwd.gov.in) (ii) “Three STAR”
certification of GRIHA – 2015 (iii) “Silver” certification of IGBC Green
New Buildings Rating system – 2014.
c. The bidder has to include cost of services of engaging consultant(s)
towards preparation of necessary architectural/structural/service
drawings, obtaining mandatory approvals from local bodies /
authorities required for commencing the work including occupancy
certificate from the local bodies / authorities, registration with GRIHA /
IGBC/ Green level certification of GHAR, based on CPWD Green rating
manual 2019 etc. along with works of various sub-heads of Schedule of
Quantities (the statutory payments or fees shall be paid by the
Department) and nothing extra shall be payable on this account. The
buildings are to be planned and designed so well that they derive
maximum benefit of the natural resources like sun, wind, etc.
d. The buildings shall be so designed that they are aesthetically good
looking and pleasant. The building shall be so designed that the Service
lines shall not be visible on the exterior faces of the building. As far as
possible all the services shall be taken through the shaft intended for
that purpose and shaft shall be duly covered with Jali/green wall to
retain the aesthetic elegance of the building. The service lines shall be
carried on GI bracket of suitable size rather than fixing them directly on
walls.
e. The EPC contractor shall obtain all necessary statutory approvals relating
to building drawings from Local body, Airport Authority of India (AAI),
Environmental clearance, Deputy Fire officer (DFO) or any other
designated Fire office, Traffic pollution control board or any other
statutory body whose permission is required before proceeding with
construction.

f. On successful completion of entire work, the agency is to submit


completion drawings, occupancy certificate from local body or NOC or
any other certificate from authorities’ local body or fire officer etc.
declaring the buildings fit for occupation.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 92

4) The agency shall prepare complete structural design and drawings for
foundation, superstructure, underground and over head water tanks,
retaining walls and any other structures to be provided within the scope
of work or to be constructed with in the work area, as per the provisions
contained in the latest IS codes/NBC 2016 with up to date revisions,
taking in to consideration the protection against seismic forces required
for earthquake resistant structures and getting them proof checked by
reputed Govt. Institutes like IITs, NITs or other Govt. Engineering college /
Institute and submitting the required number of “Good for Construction”
drawings and to get them approved from CPWD before start of
execution.
5) Planning, designing & Preparation of required coordinated services
drawings, for both Civil & Electrical services considered for these buildings
including the development and bulk services and other associate services
mentioned in the scope.

6) Planning, designing & Construction of temporary site office of having the


facility of office space for CPWD staff including toilet, Tables & chairs and other
facilities, to sit and discuss at a time including all other facilities mentioned in
Page 40 of Part ‘A”. The cost is to be included in the bid by the agency and
nothing extra shall be paid for it.
7) Planning, designing & construction of buildings & services as per the
specifications attached to each subhead of work and handing over the
completed assets after making them habitable in all aspects including
occupancy certificate from the local bodies / authorities, registration with
GRIHA / IGBC / Green level certification of GHAR, based on CPWD Green
rating manual 2019.
8) The agency is to get 1 sample toilet & 0ne room completed in all respects
and got it approved before proceeding with bulk construction.

B. DEVELOPMENT WORKS & BULK SERVICES:

1. Planning, designing and construction of all External roads as per


approved layout using the specifications mentioned for this subhead.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 93

2. Planning, designing and construction of all services that are required to


make the buildings functional including Water supply lines, sewerage
lines, storm water drains, UG sump, pump room, Septic tank, and all
related E&M services, including internal conduiting, Lifts, Fire Alaram,
Fire fighting, etc as per approved layout as per specifications attached to
the subhead of this work.

C. OTHER MISC WORKS:


1. Bringing the outside earth suitable for back filling of foundation trenches &
below floors including required loading, unloading, compaction as per
approved design and layout plan and removal of excess earth from the site
subsequently for which nothing extra will be paid.
2. The Building shall be disabled friendly as per Accessible India norms and
specifications.

For the scope and specifications of Electrical & Mechanical works, refer Part
C of this bid document.

The entire scope of work is to be executed on ENGINEERING, PROCUREMENT AND


CONSTRUCTION (EPC) (Turn Key) basis. The cost of labour, material, tools and plants
and machinery required for execution of the whole project as per Layout plan &
detailed design and drawings to be approved, specifications etc. is within the scope
of this work.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 94

Schedule of finishes

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 95

SCHEDULE OF FINISHES FOR CIVIL WORKS.

A. BUILDINGS:
(Construction of Guest House Facilities(25+25) Rooms (G+2) Floors

Sl. No. Item of work Specifications

1. STRUCTURE:
1.1 Foundation a. Suitable RCC Cast in situ foundation system including
required plinth beam/Grade beams with M30 Grade of
concrete & FE 500D reinforcement as per structural
design & approved Good for Construction drawing based
on detailed soil investigation report. OPC 43 grade cement
shall be used.
b. Filling under the floors and back filling of foundation shall
be done as per soil report.
c. The hard rock if any obtained from the excavation shall be
disposed off in the low lying area with in the campus
identified by the university authorities for which nothing
shall be extra paid.
d. If hard rocks encounters in foundation earth work, the
excavation in hard rock shall be carried out up to footing
pedestal depth and proper dowel bars of bars as per
approved design shall be anchored into foundation.
Drilling suitable holes in hard rock with power driven drill
machine to required depth to introduce dowel. In rock
stratum including fixing the steel bars in position using
epoxy resin anchor grout of approved make including the
cost of reinforcement, all complete as per direction of
Engineer-In-Charge (dowel bars shall be provided along
periphery of footing and as per approved design).
e. RCC retaining wall of required heights around periphery
of building/ road wherever required as per approved
design shall be constructed up to formation level in low
lying areas where ever required as per site conditions.
Cost component of RCC retaining wall included in per
sqm rate arrived for building portion in 1.0 of schedule
of quantities. No extra payment shall be made for RCC
retaining walls of any heights. Earth filling is taken in
the development work

f. Depth of the footing mentioned in soil report is


indicative only, however the actual depth of footing
may vary as per actual soil investigation and structural
design by the agency. Nothing shall be paid extra on
this account.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 96

1.2 Superstructure a. Building shall be earthquake resistant, RCC structure with


M30 grade concrete as per Structural design & approved
Good for Construction drawings.
b. RCC in column, beams, shear walls & slabs, water tank of
M-30 grade shall be as per the approved structural
drawings with design mixed concrete (RMC mixed with
permissible admixtures), centering, shuttering &
reinforcement. M.S. Centering / shuttering and
scaffolding material unless & otherwise specified shall be
used for all R.C.C. work to give an even finish of concrete
surface. However, marine-ply shuttering in exceptional
cases as per site requirement may be used on specific
request from contractor to be approved by the Engineer-
in-charge.

The detailed dimensions & mix for building elements to


be adopted shall be as per provisions of IS: 456, IS:1642,
IS: 1893, IS: 3792, IS: 6073, IS: 13920, IS: 11447, IS:
15916, IS: 15917 and as per approved structural design.
RCC leaner than M-30 shall not be used.

c. For the lift wells the walls shall be designed as


concrete shear walls.

d. All external openings of building and common areas


& corridors shall have 600mm deep projection
(Sunshade/ Chajja) with drip course in plastering as
per Architectural drawings.

e. Design and providing of expansion joint if necessary


as per the NBC norms.
1.3 Plinth filling

a) Sand filling With Manufactured sand 150mm thick


under floor
100mm thick lean concrete of M10 grade or as specified in the
b)Concrete structural drawing
under floor Minimum 100 mm thick RCC of required grade of concrete
c)R.C.C. for shall be laid at plinth level in ground floors with minimum
Plinth/ Grade reinforcement conforming to IS: 875, IS:456, IS:1893, IS:13920,
slab SP 34 and other IS code provision and standard sound
Engineering practices.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 97

2 Filler walls: All the structural and non-structural wall members shall be
with Fly ash cement bricks (230mm external walls and 100mm
internal walls) of minimum class designation of 7.5 with
average compressive strength of not less than 7.5 N/mm2
(conforming to IS 12894 (2002) with cement mortar 1:6(1
cement 6 coarse sand ) and cement mortar 1:4 ( 1 cement 4
coarse sand ) and RCC band of minimum 100mm thick at
window sill level & lintel level shall be provided as per
direction of Engineer-In-Charge and in half brick masonry 2
Nos 6mm dia. M.S bars at every third course shall be provided.

Mumty rooms Parapet wall with full brick of height 1.2 m in corridors and
of staircases terrace using Fly ash cement bricks with necessary cement
and Parapet concrete coping as per CPWD specifications
wall
3 Doors:
3.1 Door frames 1. Main Entrance door : 12 MM THICK FRAMELESS
TOUGHENED GLASS DOOR SHUTTER :
12mm toughened safety glass frameless shutter having a consulate
top and bottom self closer mechanism with a pivot connecting to a
discrete metal patch fitting at the top and bottom corners to the
door.

2. Doors for other rooms doors:


Kiln seasoned and chemically treated 1st class teak
wood frame – 125mm X 100 mm.

3. For all WCs in Toilet Blocks


Kiln seasoned and chemically treated 1st class teak wood
frame –100mm X75 mm of 2100mm height

4.Mumty Door : MS door with frame of 40x40x6mm


T- iron with necessary 15x3 mm lugs 10cm long complete
including applying prime coat of approved steel primer.

Note: All the door frames shall be provided with wooden


moulded beading of 2nd Class Teak Wood (size 50 x 15mm)
with iron screws, plugs, and painting / polishing on beading
matching with that of main frame.

3.2 Door shutters 1. Main Entrance:


12mm toughened safety glass frameless shutter having a consulate
top and bottom self closer mechanism with a pivot connecting to a
discrete metal patch fitting at the top and bottom corners to the
door.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 98

2. For all floors door shutters of Rooms.


35 mm thick ISI marked flush door shutters conforming to IS :
2202 (Part I) decorative type, core of block board construction
with frame of 1st class hard wood and well matched teak 3 ply
veneering with vertical grains or cross bands and face veneers
on both faces of shutters.. Stainless Steel butt hinges with
necessary screws shall be used for fixing. Lipping with 2nd
class teak wood battens of 25 mm minimum depth on all
edges of flush door shutters shall be provided. Rebate shall
be cut (in frames/shutters) as specified and instructed by
Engineer-in-charge. Vision panel of required and specified
shape e.g. rectangular, square, circular etc. shall be
provided.

3. Mumty Door :
1mm thick M.S. sheet door with frame of 40x40x6 mm
angle iron and 3 mm M.S. gusset plates at the junctions and
corners, all necessary fittings complete, including applying a
priming coat of approved steel primer using M.S. angels
40x40x6 mm for diagonal braces.

3.3 Toilet door 30 mm thick ISI marked flush door shutters conforming to IS :
shutters 2202 (Part I) non-decorative type, core of block board
construction with frame of 1 st class hard wood and well
matched commercial 3 ply veneering with vertical grains or
cross bands and face veneers on both faces of shutters
including ISI marked Stainless Steel butt hinges with necessary
screws, including phenolic coating on both sides of the
shutters and edges.

4 Windows & Ventilators

4.1 Windows & 1. Windows:


Ventilators with Three track sliding powder coated Glazed aluminium
frames sections with SS mosquito proof wire mesh with
necessary fittings.

2. Ventilators:
Three track sliding powder coated Glazed aluminium
sections with SS mosquito proof wire mesh with
necessary fittings with louvers of 120mm wide frosted
glass panes of 5 mm thickness.
Refer Part-B for detailed specifications.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 99

4.2 Glazing of windows, Glazing for doors and windows shall be with 5mm/6mm /
Ventilators and 8mm /10mm thick annealed or toughened glass
openings. (depending on size of opening) (necessary shop drawings
should be prepared by the contractor and work shall be
executed after obtaining approval from Engineer-in-
charge). The properties of glass should meet the GRIHA
requirements as below.

Properties Annealed Toughened


Light Transmission % 51 50
External reflection % 18 13
Internal reflection % 17 11
Solar factor 0.56 0.5
Shading Co efficient 0.64 0.58
U-Value (W/sq.m.k 5.6 5

Opening of windows should be sufficient enough as per


ECBC norms for day light during day time. The properties
of glass should meet the ECBC & NBC 2016 requirement.
120mm wide Plain frosted glass of 5mm thickness shall be
provided for ventilator louvers.
For windows & ventilators in Toilet portion: The glass to be
used in the ventilators and louvers in Toilet portion is frosted
float glass of required thickness.
4.3 Window Sill/ Over Pre edge molded and pre-polished granite slab of thickness
projected slabs from not less than 18mm and colour & shade as approved by
window bottom sill. Engineer in charge projected by 15mm from the finished
wall surface on both sides of wall.

4.4 Reception counters All counters with 18mm thick or more gang saw cut
Dining hall Kitchen mirror polished granite slabs with facia up to counter slab
&Pantry Serving bottom level.
counters.
5 Steel work:

5.1 MS grill in windows Windows and ventilators and ventilator portion in doors
& ventilators shall be fixed with MS grill (minimum weight of 12kg per
sqm) as per approved design & pattern.

6.1 Door fittings: All fittings on all doors shall be of stainless steel (SS) 304
Grade of approved make, model and size asper detailed
specifications as per as per CPWD Specification -2019-
Schedule for Fittings of Doors & Windows and as per
directions of Engineer-in-charge

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 100

Main entrance door :


Handle of minimum 300mm length 4 nos front and back of
shutter.
Door locks &Fittings for frameless glass door shutters as
per specifications
Other rooms doors (all fittings shall be of Stainless steel)
For single leaf door
200 mm -Cylindrical Mortise Door Lock handle set 6 Lever
Double Action Body , 60mm Cylinder with 1 Side Knob and
3 Brass Keys.-1No.
Tower bolt – 300x10mm – 1 no (Vertical top).
Tower bolt – 150x10mm – 1 no (Horizontal bottom).
Door cleats – 1 no.
Door buffer – 1 no.
Door Stopper( Double type) – 1 no.
For Double leaf door
Sliding door bolt 300 x 16 mm – 1 no (front side).
Handles 125mm size – 4 nos.
Tower bolt – 300x10mm – 2nos (top).
Tower bolt – 300x10mm – 2 nos (bottom).
Door cleats – 2 no.
Door buffer – 2 no.
Door Stopper( Double type) – 2 no
WC/Bathroom Doors:
Stainless Steel Cylindrical Lock/Tubular Lock
- 1 nos.
Handles 125mm size – 2 nos.
Tower bolt – 300x10mm – 1 no (Vertical top).
Tower bolt – 150x10mm – 1 no (In side Horizontal)
Door buffer – 1 no.
Misc. fittings like door stopper, door buffer, magic eye etc
shall be provided as per approved inventory list.
NOTE: This list indicated above is only indicative, but not
exhaustive. The contractor has to ensure to provide
fittings of all types and quantity to make the shutters
function effectively.

PH Toilet doors:
All the fittings shall be of SS 304 grade and as required for
the differently abled persons as per the norms.

Heavy Duty Hydraulic Door Closure for all doors(As per IS:
3564 for door weight up to 85 kg and width up to 1000 mm.)
To be provided for all the doors.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 101

NOTE : This list indicated above is only indicative, but not


exhaustive. The contractor has to ensure to provide
fittings of all types and quantity to make the shutters
function effectively.

7 Staircase/Ramps 0.9 meter high railing (With the provision of additional


railing rail to facilitate the differently abled persons wherever
required) railing with 304 grade stainless steel of 50 mm
dia. of 14 gauge handrail with adequate rods parallel to
handrail, balusters, flanges, end caps, newel posts with
caps etc. complete as per approved drawing and direction
of Engineer – in – charge.
The item will be executed as per item no. 10.28 of DSR
2021.

8 Flooring

8.1 All Rooms Double charged /Ultra Charged/ Matt/ Antiskid finish
vitrified tiles of 600x600mm/800X800mm size (thickness
to be specified by the manufacturer) with water
absorption less than 0.08% and conforming to IS: 15622, of
approved make, in all colors and shades, laid on 20mm
thick cement mortar 1:4 (1 cement: 4 coarse sand),
jointing with epoxy grout using epoxy grout mix of 0.70 kg
of organic coated filler of desired shade including 3mm
Corridors, Entrance PVC spacers as directed by the Engineer-in-Charge.
Hall,lobby, Foyer, lift
area, Reception area Pre-polished Granite stone flooring(not less than 18mm
thick), in colors and shades steel grey, Ruby red, Cherry
Red laid on 20 mm (average) thick base of cement mortar
1:4 (1 cement : 4coarse sand) in required design and
patterns, in linear as well as curvilinear portions of the
building all complete as per the architectural drawings
cement slurry and pointing with white cement slurry
admixed with pigment of matching shade including
rubbing , curing and polishing etc. all complete as specified
and as directed by the Engineer-in-Charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 102

Staircases: Pre-Polished pre-edge moulded Granite stone single piece


slab (not less than 18mm thick) in double edged treads &
risers as per the approved colour, design & pattern and as
directed by the Engineer-in-Charge.
For main staircases staircase the nosing shall be flame
finished to a width of 50mm.

All nosings of treads of staircases should be of double


granite edge moulding including finishing polishing etc
complete as directed by Engineer-in-charge.

Toilets Matt finish/anti slippery Ceramic tile of size 300x300 mm


(in wc area)
External Ramps to Chequered tiles/factory made precast Cement Concrete
the entrance of tiles of 22mm thickness as per the approved colour, design
building and Porch & pattern and specification with a combination of Tactile &
area:
use of Braille Signage’s etc.

All toilets and balcony RCC floor Slabs should be


depressed by 50 mm to the adjacent RCC floor slabs.
8.2 Skirting and dado - 1. All rooms:

Specifications for materials of skirting will be same as


for flooring with matching joint pattern having
100/150mm height laid with cement mortar 1:3.

2. Corridors /Lobby:
1200mm high 18mm thick granite along with Nosing strip
with pre polished moulded edges projecting as per
architectural drawing and design as per Engineer-in-
charge in matching combination with flooring as per
drawing and design approved and as directed by Engineer-
in-charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 103

3.Toilets:
Dado up to full height/false ceiling height with Ist quality
ceramic glazed Digital Concept Series wall tiles of size 300
X 450mm/400X600 mm conforming to IS: 15622 (thickness
to be specified by the manufacturer), of approved make,
in all colours, shades approved make in all colours ,shades
as approved by Engineer-in-Charge, in skirting, risers of
steps and dados, over 12 mm thick bed of cement mortar
1:3 (1 cement : 3 coarse sand) and jointing with using
epoxy grout mix of 0.70 kg of organic coated filler of
desired shade complete.

PVC beading of required size at all exposed corners of tile


dado has to be provided in the Toilets.

8.3 Cladding on Lift Well - Cladding up to full height should be done on front face of
Lift well with Granite slabs of thickness not less than
18mm in approved shade, colour, pattern and as per direct
by Engineer-in- Charge.
9 False Ceiling

9.1 Entrance lobby Dining False ceiling should be done with suitable frame work
hall &Common room complete as per manufacturer’s and CPWD specifications
in combination of following two items:-

a. Border with 8 mm thick Calcium Silicate Board


made with Calcareous & Siliceous materials
reinforced with cellulose fibre manufactured
through autoclaving process. with suitable frame
work complete as per manufacturer’s pecifications
and as per direction of Engineer-in- charge.

The work shall be carried out as per item no. 12.59.1


of DSR 2021, drawing and as per directions of the
Engineer-in-Charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 104

b. 15 mm thick densified tegular edged eco friendly light


weight calcium silicate false ceiling tiles of approved
texture of size 595 x 595 mm. The work shall be
carried out as per item no. 12.53 of DSR 2021,
drawing and as per directions of the Engineer-in-
Charge.
b)All Toilets GI Metal Ceiling Lay in plain Tegular edge Global white
colour tiles of size 595x595 mm, and 0.5 mm thick with 8
mm drop; made of G I sheet having galvanizing of 100
gms /sqm (both sides inclusive) and electro statically
polyester powder coated of thickness 60 microns
(minimum), including factory painted after bending. (Work
shall be executed as per item no 12.52.1 of DSR 2021)

9.2 Expansion joint Filler wall to be provided on both side of expansion joint in
Floor the room. Expansion jointwall
Filler system
to befor designed
provided gap as
on both per
side
structural requirement on floor joint
of expansion of required width as per
in the room.
DSR 2021 item no. 5.44.
Expansion joint system for designed
gap as per structural requirement on
Wall surface and Expansion joint system
floorfor designedwidth
of required gap asasper
perstructural
DSR
ceiling surface requirement on wall/ceiling
2018 itemofno. required
5.44. width as per DSR
2021 item no. 5.45. Expansion joint system for designed
gap as per structural requirement on
Roof As per standard practice
Filler and
wall/ceiling
wall toofapproved
be providedby
required onEngineer-in-
widthboth
as per
side
charge. of
DSR expansion
2018 item joint
no.in5.45.
the room.
Expansion
As per standard
joint system
practiceforand
designed
approved
gap
by Engineer-in-charge.
as per structural requirement on
floor of required width as per DSR
2018 item no. 5.44.
10 Water proofing Water Proofing Treatment on Terrace and in Toilets of all
treatment buildings is to be done as per specifications mentioned
under Part ‘B’.
11 Rain Water Pipes All the RWP pipes including fittings shall be PVC Pipes
exposed on walls / in the shafts to be executed as per
CPWD specification 2019.
12 FINISHING:
12.1 Plastering on walls On brick filler walls: Cement plaster 12/15mm thick
(Internal & shall be provided with cement mortar 1:6 (1 cement :6
External): fine sand).
Necessary GI chicken wire mesh shall be used at junctions
brick walls with RCC members before plastering.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 105

All ceiling slabs shall be finished with 6 mm thick cement


plaster 1:3 (1 cement : 3 fine sand)
Necessary drip course shall be provided in Chajja,
Balcony, Projecting Roof, Beams etc.
12.2 Internal finishing: All the internal surfaces including ceiling shall be finished
with one coat of cement primer, two or more coats of
cement based wall putty, two or more coats of
premium plastic emulsion paint with low VOC. However,
wherever false ceiling is provided, slabs shall be treated
with one coat of cement primer.

12.3 External finishing: Finishing walls with Application of 2mm average thickness
Decorative Architectural base plaster / Texture finish of
"Off White" colour by creating "big lines" / Jumbo lines" of
required pattern by scratching with trowel as approved by
the Engineer-In-Charge. The Composition of base plaster /
Texture material shall be manufactured with required
proportion of marble powder, Silica sand particles and
quartz materials mixed with rich acrylic binding medium,
uniformly applied on exterior surface with " alltek" ( M/s.
Ncl Alltek & Seccolar Ltd) or equivalent make / brand. The
surface after drying shall be applied with Two or more
coats of water based, modified Acrylic Weather Proof
Emulsion paint having anti algal and anti fungus
properties.”Apex ultima “ M/s Asian Painta Ltd.) “Dulux
weather shield Tex” (ICI India limited) or “berger Weather
coat all guard” (Berger Paints India Ltd) texture emulsion
or equivalent of approved colour complete as per the
manufacturers specifications and as directed by Engineer-
in-charge.

Front side -PORCH Structural glazing with ACP cladding as per CPWD
Elevation Full Specifications and as per DSR item No.25.1 for frame work,
height.& All DSR item No.25.2 for design and DSR item No.25.3 & 25.4
staircases external for structural glazing etc complete as per direction of
side with full height Engineer –in-charge and as per approved architectural
drawings for elevation.

12.4 Primer : As per CPWD Specification for wood work and steel work.

12.5 Painting : WOOD WORK – M e l a m i n e Polish in three or more


coats to achieve superior finish over and under coat of
flatting varnish on teak wood & decorative veneered
surfaces.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 106

STEEL WORK – Two or more coats of synthetic enamel


paint over a coat of suitable primer.

13 Internal Sanitary
Installations :
13.1 E.W.C. Pan with White vitreous china extended floor mounting water
flushing system closet of approved size and shape with necessary inbuilt
flushing system including seat cover, and cistern fittings,
nuts, bolts and gasket etc complete.
13.2 For DA Toilets Providing and fixing of Toilet unit of 70003 of model
Matrix set - 2 of Hindware or equivalent make for
physically challenged persons by providing 1 no. Matrix
EWC of Hindware or equivalent make along with Agicoil
flushing cistren with necessary fittings, washbasin with
fittings of size 450 mm x 300 mm, 1 no. powder coated
MS handrail near EWC, 1 No. powder coated MS handrail
of size 600 x 200 mm near EWC and 3 No. Handrail of 450
x 130 mm size at appropriate location wherever required
inclusive of necessary screws etc., complete as per
manufacturers specification of approved Hindware make
or equivalent and as per the directions of Engineer in.
Charge.
13.2 Wash basin Counter sunk Wash basin of suitable size to be provided
with counter / platform of 18mm thick machine molded
granite slabs over framed cabinet with shelves made of
minimum 18 mm thick HDHMR board in toilets with C.I.
brackets, 15 mm C.P. brass pillar taps,32 mm C.P. brass
waste of standard pattern, including painting of fittings
and brackets, cutting and making good the walls
wherever required as per direction of Engineer-in-
Charge.
White vitreous China pedestal for independent wash
basinhas to be provided in the individual attached toilet.
Sinks in Kitchen, Stainless Steel A ISI 304 (18/8) kitchen sink as per IS:13983
Pantry with C.I. brackets and stainless steel plug 40 mm, including
painting of fittings and brackets, cutting and making good
the walls wherever required :
Kitchen sink with drain board
510x1040 mm bowl depth 250 mm

Toilet Urinals : For all Gents toilets Half stall urinals with Urinal partitions
made with 12 mm thick HPL sheets including necessary
CP brass fittings like CP pushcock and CP spreaders of
premium make shall be provided as per approved
drawings.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 107

13.3 Toilet Mirror Full size length float mirror of size 600x450mm over wash
basin with 6mm thick hard board as backdrop including
melamine finished ornamental teak wood boarder frame
with necessary SS Screws of approved design.

13.4 Soil & waste pipes All the sanitary pipes including fittings shall be Type B
fittings - SWR PVC pipes including all fittings such as plain and
door bends, tees, elbows, equal and unequal junctions,
heel rest sanitary bends, collars etc.( except floor traps/P
traps) confirming to IS13592, IS 14735, including jointing
with solvent and providing necessary supports,
clamps/MS brackets at specified intervals. The joints of
pipe and fittings shall be of drip seal jointing in exposed
areas like in shafts etc. and pasted type (solvent ) for all
other locations all complete and as per directions of
Engineer - in - charge.
13.5 Manholes Fly ash cement brick masonry manhole in cement mortar
1:4 ( 1 cement : 4 coarse sand) with R.C.C. top slab with
1:2:4 mix (1 cement : 2 coarse sand : 4 graded stone
aggregate 20 mm nominal size), foundation concrete
1:4:8 mix (1 cement : 4 coarse sand : 8 graded stone
aggregate 40 mm nominal size), inside plastering 12 mm
thick with cement mortar 1:3 (1 cement : 3 coarse sand)
finished with floating coat of neat cement and making
channels in cement concrete 1:2:4 (1 cement : 2 coarse
sand : 4 graded stone aggregate 20 mm nominal size)
finished with a floating coat of neat cement complete as
per standard design:

Inside size 90x80 cm and 45 cm deep including pre-cast


R.C.C. manhole cover and frame of size 600x450 mm
internal dimensions of MD - 2.5: With fly ash cement
bricks of class designation 7.5 – For First Manhole.

Inside size 120x90 cm and 90 cm deep including C.I. cover


with frame (medium duty) 500 mm internal diameter,
total weight of cover and frame to be not less than 116 kg
(weight of cover 58 kg and weight of frame 58 kg) :With fly
ash cement bricks of class designation 7.5- For
intermediate manholes.

For intermediate manholes :


Fly ash cement brick masonry circular type manhole 0.91
m internal dia at bottom and 0.56m dia at top in cement
mortar 1:4 (1 cement : 4 coarse sand), inside cement
plaster 12 mm thick with cement mortar 1:3 (1 cement : 3

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 108

coarse sand) finished with a floating coat of neat cement,


foundation concrete 1:3:6 mix (1 cement : 3 coarse sand :
6 graded stone aggregate 40 mm nominal size), and
making necessary channel in cement concrete 1:2:4 (1
cement : 2 coarse sand : 4 graded stone aggregate 20 mm
nominal size) finished with a floating coat of neat cement,
all complete as per standard design :
0.91 m deep with S.F.R.C. cover and frame (heavy duty,
HD-20 grade designation) 560 mm internal diameter
conforming to I.S. 12592, total weight of cover and frame
to be not less than 182 kg., fixed in cement concrete 1:2:4
(1 cement : 2 coarse sand : 4 graded stone aggregate 20
mm nominal size) including centering, shuttering all
complete With fly ash cement bricks of class designation
7.5
Extra depth may be provided if required as per Gradient
requirement.
Square-mouth S.W. gully trap class SP-1 complete with
C.I. grating brick masonry chamber with water tight C.I.
cover with frame o f 300 x300 mm size (inside) the weight
of cover to be not less than 4.50 kg and frame to be not
less than 2.70 kg as per standard design: 100x100 mm
size P type With fly ash cement bricks of class designation
7.5
14 Water supply line :

14.1 External pipe a) CPVC Pipes as per IS 15778 class1 of SDR 11.00 as per
lines approved plumbing drawing. – Up to 80 mm dia pipes
as per design approved.
b) CPVC pipe with 150 mm nominal dia for external grid
c) from source to UG sump as per design approved.
d) From terrace tank to individual toilets shall be with
65/50/40/32mm/25mm/20mm exposed on walls as per
approved plumbing layout
14.2 Internalpipe lines 1) 15 to 25mm nominal dia pipes Chlorinated Polyvinyl
& fittings – Chloride (CPVC) pipes, having thermal stability for hot
Concealed work & cold water supply, including all CPVC plain & brass
threaded fittings i/c fixing the pipe with clamps at 1.00
m spacing. This includes jointing of pipes & fittings,
with one step CPVC solvent cement and the cost of
cutting chases and making good the same including
testing of joints complete as per direction of Engineer-
in-Charge. Concealed work, including cutting chases
and making good the wall etc – For Internal work and
concealed work in Dado of Toilets.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 109

40 to 80mm nominal dia pipes Chlorinated Polyvinyl


Chloride (CPVC) pipes, having thermal stability for hot
& cold water supply, including all CPVC plain &brass
threaded fittings, including fixing the pipe with clamps
at 1.00 m spacing. This includes jointing of pipes &
fittings with one step CPVC solvent cement and testing
of joints complete as per direction of Engineer in
Charge. Internal work - Exposed on wall.

14.3 Painting of Pipes : a) Exposed on buildings: Two Coats Synthetic enamel


over a coat of pink primer paint
15 Fittings : CP brass Pillar cocks, angle cocks, 2way bib cocks with
health faucet, long body bib cocks, towel rod of 600mm,
along with other miscellaneous fittings like bottle trap, floor
trap, waste couplings etc; as per approved make and model
and as per the direction of Engineer – in – Charge.
(The above are indicative only. However, the contractor
has to provide all fixtures and fittings for functional
suitability).
Note: The fixtures and fittings shall be of standard
equivalent to Jaguar make ‘florentine’ series or more
only.
16 RCC water Tanks 1no. RCC water storage tanks with 15000 litres capacity
on Terrace over staircases as per approved structural design (Service
tank) of adequate capacity with water proofing
treatment with float valve, scour valve, CI cover with
locking arrangement etc, complete. In addition to this, 1
No. RCC water storage tank (fire fighting) of suitable
capacity (minimum 10000 litres capacity) with water
proofing treatment , over rear staircase as mentioned in
part B shall be provided exclusively for fire fighting and the
inlet of service tank shall be connected from this fire
fighting tank in such a way that the over flow fire fighting
shall flow to the service tank (this means fire fighting
storage tank remains always full).

17 Toilet shafts a) The Service lines/pipes shall not be visible on the


exterior faces of the building. As far as possible all the
services shall be taken through the shaft intended for
that purpose.
b) Inside the shaft, the service lines shall be carried on GI
bracket of suitable size rather than fixing them
directly on shaft walls.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 110

c) MS platform of suitable size with supports shall be


provided in the shaft at every floor level to facilitate
working for repairs.
d) Toilet block ventilators opening in to shaft shall be
covered with SS wire mesh in powder coated
aluminium frame/UPVC frame.
e) Louvers shall be used for toilet shafts as per
architectural drawings and direction of Engineer –in-
charge for elevation .

MISCELLANEOUS WORKS:
18 Plinth Protection: 50 mm thick of Ready mixed plain cement concrete (M-
10 Grade plain cement concrete Min. cement content
considered 220Kg/cum) over 75mm thick bed of dry
cement fly ash bricks ballast 40mm nominal size, well
rammed and consolidated and grouted with fine sand, i/c
necessary excavation, levelling & dressing & finishing the
top smooth. Excess cement over 220kg/cum if any is not
payable. The width of plinth protection shall be 900mm.
19 Open Paved areas Factory made chamfered edge Cement Concrete paver
blocks In foot path, park & lawns driveway or light &
traffic parking etc. of required strength, thickness & size/
shape, made by table vibratory method using PU mould,
laid in required colour & pattern over 50mm thick
compacted bed of course sand, compacting and proper
embedding/laying of inter locking paver blocks into the
sand bedding layer through vibratory compaction by
using plate vibrator, over well compacted earth including
filling the joints with sand and cutting of paver blocks as
per required size and pattern, finishing and sweeping
extra sand, all complete as per manufacturer's
specifications & direction of Engineer-in-Charge. 60mm
thick Cement concrete paver block of M-35 grade with
approved colour, design & pattern.

20 PCC pedestal- Terrace pipe supporting PCC pedestal and necessary


terrace pipe clamps with MS supports of required size to be provided
supports at terrace water supply pipes.

21 Numbering/ The numbering/names of rooms shall be done on SS plate


Names of rooms as per the design approved by the Engineer-in –charge.
22 PROVISION FOR Ramps, toilets for physically challenged, chequered tiles use
BARRIER FREE of Braille signages & lifts etc.GRC (Glass reinforced
BUILIDNG concrete) tiles in Ramp area.
Accessibility of
Buildings

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 111

23 Physically Physically challenged toilets to be provided as per NBC


challenged toilet norms and as per drawings. Toilets to include all doors,
(All as per CPWD windows and fixtures including WC, Urinals, grab bars,
hand book on wash basin, mirror and all other accessories for use by
barrier free and persons with disabilities shall be so installed they have
accessibility & proper access with appropriate width, height, space, centre
CPWD manual on line and ease of operation.
Accessible Built
environment –
2019)
NOTE: The above list is only indicative and not exhaustive. The contractor has to
plan and execute all the missing fittings / fixtures / items to make the premises
to the full use. Nothing extra shall be paid on this account.

Tactile bands shall be made on top of granite flooring all as per universal access guidelines.

All joints in granite/tiles/stone/marble etc. shall be laid over cement mortar and joints filled with
epoxy grout as approved by Engineer-in-charge and as per CPWD specifications.

Skirting shall be flushed with dado.


Unless otherwise specified, height of skirting shall be 150 mm and height of dado shall be 1200 mm
above skirting.

The calcium silicate board / GRG board shall be painted with antibacterial paint and gypsum plain
board with Acrylic emulsion paint.

Where ever vinyl is used cove formers should be used.


Facade finishes shall be as per façade detail drawings .
All doors and windows/glazings/curtian walls shall be provided with 25 dia, 2 mm wall thickness, ss
curtain rod.

Counter in toilets shall be polished, bevelled and edge moulded 18 mm thick granite of approved
shade.
All sills and jambs of windows shall be in 18 mm thick granite.
UG water tanks: low odour, low voc, non toxic, chemical resistant, potable quality epoxy paint inside
the water tank surfaces incl soffit.
OHT: low odour, low voc, non toxic, chemical resistant, potable quality epoxy paint inside the water
tank surfaces incl soffit.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 112

B. DEVELOPMENT WORKS AND BULK SERVICES


B.1 Storm Water Drains:
Planning, Designing and Construction of Providing and laying storm water drain
with perforated removable covers with fly ash cement brick walls of Class
designation 7.5 with cement mortar 1:6 ( 1 cement : 6 coarse sand) and finished
with 12mm cement plaster of cement mortar 1:3 ( 1 cement : 3 fine sand) with
floating coat of neat cement etc. complete and as per direction of Engineer- in-
charge. The length of storm water drain is about 400 meters.
The agency has to plan, design, prepare the drawings for Storm water drain and
get the same approved from Engineer – in – Charge before execution.

1. 450 mm wide and 200 mm (minimum depth) varying depth required to maintain
slope along the Roads including excavation of earth to the required profile, laying in
position and fixing with cement mortar 1 : 3 ( 1 cement : 3 coarse sand ) over a bed
of 100mm CC 1:5:10 and bottom of the drain shall be finished with 40mm thick CC
1:2:4 and floating coat of neat cement in required gradient as per CPWD and
Specification and approved drawing by the competent authority.

2. Factory made precast RCC perforated drain covers, having concrete of strength not
less than M-25, of size 1000 x 600x50 mm, reinforced with 8 mm dia four nos
longitudinal & 9 nos cross sectional T.M.T. hoop bars, including providing 50 mm dia
perforations @ 100 to 125 mm c/c, including providing edge binding with M.S.flats of
size 50 mm x 1.6 mm complete, all as per direction of Engineer-in-charge.

B.2 External Water Supply Lines :


Planning, Designing and Construction of Providing and laying Water supply main,
branch and distribution lines including chambers and fittings/specials such as
Tees, Bends, collars, Unions, tappers, caps, Sluice Valves, Gate Valves, scour
valves, non-return valves, air-relief valves, thrust blocks etc. complete and as per
direction of Engineer- in- charge.

The water supply network should cater to the needs of supplying water
from UG sumps/main grid line to building. The length of pipe line is about 75
meters.
1. The agency has to plan, design, prepare the drawings for water supply system
and get the same approved from Engineer – in – Charge before execution.
2. Excavation of trench for laying Pipes and refilling after laying pipes as per
CPWD specification.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 113

3. Earth work excavation for chambers, G.I. Specials, valves, thrust blocks etc.
and refilling after construction/ laying.
4. Providing and laying CPVC Pipe line to UG Sump/main grid line inlet chamber
with 40/50 mm dia pipe as per the approved drawing along with specials like
Tees, Bends, sockets, Tappers, Non return valves, etc.
5. Construction of chamber for sluice valves as per CPWD specification and as
per approved drawing.
6. The building is to be connected with nearest water supply lines so that water
supply should be made to the building along with fittings, Gun metal gate
valves, Gun metal non return valves, masonry chambers for valves, including
excavation, providing sand all round and refilling after laying etc.

B.3 External Sewage System :

Planning, Designing and Construction of Providing and laying Sewer lines with NP2 pipes of
spigot and socket ends including Manholes of required size, shape and depth complete and
as per direction of Engineer- in- charge. The length of sewerage system is about 400 meters

1. The agency has to plan, design, prepare the drawings for Sewerage system and get
the same approved from Engineer – In – Charge before execution the competent
authority.
2. Sewer lines with RCC NP2 pipes of 250mm dia about 50 meters length, is to be
operated from the first manhole of the building upto the septic tank, RCC NP2 pipes
of 150mm dia about 350 meters from building to first manhole including the
following operations.
a) Excavation of trench for laying Pipes and refilling after laying pipes as per CPWD
specification.
b) Earth excavation for Man holes and refilling after construction.
c) Providing, Laying and fixing NP2 pipe line for sewage disposal over M – 10 grade
PCC bed of 100 mm thick including laying PCC upto haunches as per approved
design and drawing by the Engineer-in-charge
d) Constructing Manholes, drop manholes of required size (shape based on depth,
gradient and interval) etc., as per CPWD specifications including construction of
gully trap, grit chamber, screen chamber etc., complete including plastering on
external surface of all manholes and chambers.
e) Making connection from and to the manholes wherever required.

B.4 RCC Under Ground Sump :

Planning, Designing and Construction of RCC Under Ground Sumps of 50000 litres
capacity along with pump room and with necessary partitions for domestic & fire
fighting including preparation of preliminary & detailed working drawings,
structural analysis & design, planning, designing & execution of all services
including Providing and laying CPVC pipes of required diameter up to over head
tank etc. by incorporating stipulated specifications and integrating all services with
External Development works all complete as per directions of Engineer- in- Charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 114

1. The agency has to plan, design, prepare the drawings for Under Ground
Sumps as per required capacities at different locations and the same get
approved from the Engineer – In – Charge before execution.

2. Structural analysis and design of Under Ground Sumps shall be based on the relevant
Indian & American codes using STAAD.pro computer software, preparation of GA
drawings, working & shop drawings and the complete design system shall be get
approved from the Engineer – In – Charge before execution. Minimum grade of
concrete to be used shall be M-30.

3. Water proofing as per CPWD specifications to be followed for water tightness.


4. Necessary vent pipes, over flow pipes with protection mess to prevent entry
of insects and birds shall be provided and nothing extra shall be paid on this
account.
5. Collection pit of sufficient size at bottom shall be provided for cleaning the
sumps.
6. Foot rests of approved quality shall be provided to get in to the sumps and
sufficient number of man holes with locking arrangement shall be provided.
7. After completion of the construction work, the underground tank and pipe
lines shall be fully disinfected before commissioning. All expenditure in this
regard shall be borne by the contractor.

This item is one job and this rate includes all the operations above mentioned and
also not mentioned but required for making the Underground sumps functional.
Nothing extra shall be paid on this account.

After completion of the construction work, the sump and overhead tank and pipe lines
shall be fully disinfected before commissioning. All expenditure in this regard shall be
borne the contractor.

Guarantee Bond For Under Ground Sump:-


Five years Guarantee bond in prescribed proforma given in the tender document
shall be submitted by the contractor which shall also be signed by both the
specialized agency and the contractor to meet their liability / liabilities under the
guarantee bond. However, the sole responsibility about efficiency of water
proofing treatment shall rest with the building contractor. 10% (Ten per cent) of
the cost of water-proofing work shall be retained as Security Deposit and the
amount so deducted would be released after 5 (Five) years from the date of
completion of the entire work under the agreement, if the performance of the
treatment is found satisfactory. If any defect is noticed during the guarantee
period, the contractor shall rectify it within 15 days of receipt of intimation of
defects in the work. If the defects pointed out are not attended to within the
specified period, the same will be got done from another agency at the risk and
cost of contractor. However this security deposit can be released in full, if bank
Guarantee of equivalent amount for Full 5 (Five) years is produced and deposited
with the department.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 115

B.5 RCC Terrace over head tank: Planning, Designing and Construction of RCC Overhead/
terrace Tanks without independent staging over terraces of buildings total capacity of 25000
litres (15000litres for domestic+ 10000 litres for fire fighting) etc. The inlet of service tank
shall be connected from this fire fighting tank in such a way that the over flow fire fighting
shall flow to the service tank (this means fire fighting storage tank remains always full).

B.6 RCC Septic tank: RCC septic tank for 100 users with necessary baffle RCC partitions for
sludge separator at the inlet of the Septic tank and effluent of septic tank is connected to
the Soak pit which is considered in the sewer item. including preparation of preliminary &
detailed working drawings, structural analysis & design, planning, designing & execution of
all services by incorporating stipulated specifications and integrating all services with
External Development works all complete as per directions of Engineer- in-Charge.

B.7 Road Work:


Planning, Designing and Construction of Road of along with Footpath & kerb
stones etc
1. Formation of road alignment as per approved drawing including cutting and
embanking as per profile, rolling and preparing the sub-grade fit for laying road.
2. Providing and Laying 100 mm thick Sub Base with cement concrete RMC M-10
grade.
3. Providing and laying Vacuum Dewatered CC pavement of mix M- 30 grade RMC
of 200 mm thick with nominal reinforcement of 8mm dia @ 250mm centre to
centre in both ways.
4. Providing and fixing Factory made Kerb stone of approved brand and
manufacture with M-30 grade concrete on both side of road including fixing of
100m dia PVC pipe to drain out rain water.
5. Cutting 6mm wide and 50 mm deep groove in Vacuum dewatered concrete
pavement and filling with polysulphide etc. complete as per specification and as
directed by the Engineer – in – charge.
6. 75 mm wide thermo-plastic road marking paint for indicating divider line and
edge line, speed breakers, road crossing for pedestrians at junction etc., all
complete.
7. Footpath shall be provided with 60mm thick factory made cement concrete
interlocking paver block of M -35 grade made by Table Vibratory method using
PU Mould , with strong vibratory compaction, of approved size, design & shape,
laid in required colour and pattern over and including 50mm thick compacted
bed of coarse sand by means of vibratory compaction, and 100 mm thick CC
bed of 1:2:4 concrete mix and filling the joints with fine sand etc. all complete
as per the direction of Engineer-in-charge

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 116

8. Chambers, road longitudinal slopes etc shall be followed as per CPWD


Specification and providing required number of NP2 pipes for road crossing of
other services (civil and E&M).
9. Details Specification of road work of CPWD Specifications 2019, Vol. I and II
shall be followed.

The area of road shall be measured in between kerb nearer to centimetre for
Payment. All the above operations are included in this rate and nothing extra
shall be paid on any account.

C. OTHER MISC WORKS


C.1 Bringing Outside Earth Suitable for filling under Floors & Back Filling in Foundation:
1. If required as per actual site conditions, the area outside building (external area)/
under floors is to be filled with good earth fit for filling procured from outside
campus to the required levels for all leads and lifts if all the surplus excavated earth is
exhausted.

2. The filling shall be carried in layers not exceeding 20cm in depth, consolidating each
deposited layer by ramming and watering for all leads and lifts etc., as per the
direction of Engineer-in-charge.

The quantity of earth filling with available excavated earth for under Floors & Back
Filling in Foundation shall not be measured and paid under this work because it is
part of building cost.

Measurement: Based on initial and final levels in cubic meters of qty.

C.2 Please refer PART C for schedule of finish of E&M works.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 117

GENERAL CONDITIONS &


PROJECT MONITORING

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 118

GENERAL CONDITIONS

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 119

GENERAL CONDITIONS
General specifications for construction:
1. Several documents forming the tender are to be taken as mutually
complementary to each another.
2. Except for the items, for which particular specifications are given or where it is
specifically mentioned otherwise in the description of the items, the work
shall generally be carried out in accordance with
Civil work:
1. CPWD Specifications 2019 Volume- I
2. CPWD Specifications 2019 Volume- II

Electrical work: As per Part –C

All above specifications shall be applicable with corrections slips up to the last
date of submission/ uploading of bid.

All above specifications hereinafter shall be referred as CPWD specifications.


Wherever CPWD Specifications are silent, the latest IS Codes/Specifications, National
Building Code 2016, MoRTH specification or any other specification shall be
followed.

3. If there is any difference or discrepancy between the description of items as given in


the schedule of quantities, particular specifications for individual items of work
(including special conditions) and I.S. Codes etc., the following order of preference
shall be followed:
a) Description of nomenclature of items in bidding documents.
b) Description under Scope of work & Schedule of Finishes.
c) Technical Specifications for civil, electrical works in Part ‘B’, ‘C’ respectively.
d) Architectural/structural drawings.
e) CPWD Specifications with upto date correction s l i p s for civil, electrical
works as applicable.
f) Indian Standard Specifications of B.I.S.
g) National Building codes 2016.
h) Manufacturer’s specifications.
i) Sound engineering practices.

“In the event of any variation/ discrepancy in the drawings, specifications and tender
documents etc. the decision of the Engineer-in-charge shall be final binding and
conclusive on the contractor and in the case the contractor have any doubt and the
same should be got clarified immediately from the Engineer-in-charge and no claim

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 120

of the contractor shall be entertained thereafter. Moreover, the agency is not


allowed to take benefit out of any clerical/ grammatical mistake in the standard
clauses/Schedule of Quantities/ Specifications etc. being used in the agreement”.
A reference made to any Indian Standard Specifications in these documents, shall
imply to the latest version of that standard, including such revisions/
amendments as issued by the Bureau of Indian Standards upto last date of
submission of tenders. The Contractor shall keep at his own cost all such
publications of relevant Indian Standards applicable to the work at site, with
correction slips upto last date of submission of bids.
General:
1. The tenderer shall acquaint himself with the proposed site of work, its approach
roads, working space available etc. before quoting his rates and no claim on this
account shall be entertained by the department.
2. The contractor(s) shall get himself acquainted with nature and extent of the
work and satisfy himself about the availability of materials from kiln or
approved quarries for collection and conveyance of materials required for
construction.
3. The contractor(s) shall study the preliminary LOP, Preliminary drawings and
preliminary soil investigation report for the site, available in the office of the
Executive Engineer, Hyderabad-III, CPWD, Hyderabad on all working days between
11:00 to 16:00 hrs. and satisfy himself about complete characteristics of soil and
other parameters at site. However, the agency shall engage separate agencies for
taking up detailed soil investigation and no claim on the alleged inadequacy or
incorrectness of the soil data supplied by the department shall be entertained.
4. The tenderer shall see the approaches to the site. In case any approach from main
road is required at site or existing approach is to be improved and maintained for
cartage of materials by the contractor, the same shall be provided, improved and
maintained by the contractor at his own cost. No payment shall be made on this
account.
5. Contractor shall take all precautionary measures to avoid any damage to
adjoining property. All necessary arrangement shall be made at his own cost.

6. The contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupiers of adjacent properties and to
the public in general and to prevent any damage to such properties and any
pollution of smoke, streams and water-ways. He shall make good at his cost and
to the satisfaction of the Engineer-in-Charge, any damage to roads, paths, cross
drainage works or public or private property whatsoever caused thereon by the
contractor. All waste or superfluous materials shall be carried away by the contractor
without any reservation entirely to the satisfaction of the Engineer-in-Charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 121

7. Utmost care shall be taken to keep the noise level to the barest minimum so
that no disturbance as far as possible is caused to the occupants / users of
building/adjacent properties.

SETTING OUT:
1. The contractor shall establish, maintain and assume responsibility for grades, lines,
levels and bench marks. He shall report any errors or inconsistencies regarding
grades, lines, levels, dimensions to the Engineer-in-Charge before commencing work.
Commencement of work shall be regarded as the contractors acceptance of such
grades, lines, levels and dimensions and no claim shall be entertained at a later date
for any errors found.
2. If at any time, any error in this respect shall appear during the progress of the work,
the contractor shall, at his own expense rectify such error, if so required to the
satisfaction of the Engineer-in-Charge.
a) Though the site levels may be indicated in the drawings, the contractor shall
ascertain himself and confirm the site levels with respect to GTS (Global
Trigonometrical Survey) bench mark from the concerned authorities.
b) The approval by the Engineer-in-Charge of the setting out by the contractor shall
not relieve the contractor of any of his responsibilities.
c) The contractor shall be entirely and exclusively responsible for the horizontal,
vertical and other alignment, the level and correctness of every part of the
work and shall rectify effectively any errors or imperfections therein. Such
rectifications shall be carried out by the contractor at his own cost to the
instructions and satisfaction of the Engineer-in- Charge.

d) The rates quoted by the contractor are deemed to be inclusive of site


clearance, setting out work, profile, establishment of reference bench mark,
spot levels, construction of all safety and protection devices, barriers, earth
embankments, preparatory works, all testing of materials working during
monsoon, working at all depths, height and locations etc. unless specified in
the schedule of quantities.

EXECUTION:
1. The work shall be carried out in accordance with the Architectural drawings and
structural drawings, to be prepared and submitted by architectural/structural
consultants engaged by the contractor, duly vetted and approved by the Engineer-
in-Charge. Before commencement of any item of work the contractor shall
correlate all the relevant architectural and structural drawings, nomenclature of
items and specifications etc. issued for the work and satisfy himself that the
information available there from is complete and unambiguous. The figure and

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 122

written dimension of the drawings shall be superseding the measurement by scale.


The discrepancy, if any, shall be brought to the notice of the Engineer-in-charge
before execution of the work. The contractor alone shall be responsible for any
loss or damage occurring by the commencement of work on the basis of any
erroneous and or incomplete information and no claim whatsoever shall be
entertained on this account.
2. The contractor shall execute his work, so as not to interfere with or hinder the
progress or completion of the work being performed by other contractor(s)
or by the Engineer-in- Charge and shall as far as possible arrange his work
and shall place and dispose off the materials being used or removed, so as
not to interfere with the operations of other contractor simultaneously
working or he shall arrange his work with that of the others in an acceptable
and coordinated manner and shall perform it in proper sequence to the
complete satisfaction of others.
3. Other agencies will also simultaneously execute and install fire fighting, lifts, or any
other such works for the work and the contractor shall afford necessary facilities for
the same. The contractor shall leave such recesses, holes, openings trenches etc. as
may be required for such related works (for which inserts, sleeves, brackets,
conduits, base plates, clamps etc. shall be supplied free of cost by the department
unless otherwise specifically mentioned) and the contractor shall fix the same at
time of casting of concrete, stone work and brick work, if required, and
nothing extra shall be payable on this account.

4. The cost of work shall be inclusive of pumping out or bailing out water
encountered in foundation, if required, for which no extra payment will be made.
This will include water encountered from any source, such as rains, floods, and sub-soil
water table being high due to any other cause whatsoever.
5. The foundation trenches shall be kept free from water while works below ground
level are in progress.
6. The work shall be executed and measured as per metric dimensions given in the
Schedule of quantities, drawings etc. (F.P.S. units wherever indicated are for
guidance only).
7. Samples including brand /quality of materials and fittings to be used in the work
shall be got approved from the Engineer-in-Charge, well in advance of actual
execution and shall be preserved till the completion of the work. Nothing Extra
shall be paid on this account.
8. The following modifications to the above specifications shall however apply:
a) All stone aggregates shall be of hard stone variety to be obtained from
approved quarries of Government of Telangana.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 123

b) Manufacturing Sand to be used for cement concrete work, mortar for masonry
and river sand for plaster work shall be of standard quality. Sand shall be
obtained from approved quarry of Government of Telangana and screened as
required.
c) Bricks, wherever to be used, shall be of Fly Ash cement/ AAC of class
designation 7.5 as per relevant IS codes.
9. Unless otherwise specified in the schedule of quantities, the rates tendered by
the contractor shall be inclusive of all cost & taxes and shall apply to all leads,
and lifts and at all heights and nothing extra shall be payable on this account.
10. The rates for all items of work shall, unless clearly specified otherwise, include cost of
all labour, material, tools and plants and other inputs involved in the execution of the
item.
11. Royalty/Seigniorage Fee at the prevalent rates shall be deducted from the Bills
payable to the Contractor, as per G.O. No. Ms.No. 18 dated 31.03.2022 issued by
Industries and Commerce (M.I) Department, Government of Telangana state and
issued by DM&G, Hyderabad Lr No 1247095/P/2021 dated 16.04.2022 ( copy
enclosed along with tender document), or as per consequent/latest G.O. if any,
issued by the Government of Telangana State, on all materials such as boulders,
metals, all sizes stone aggregates, brick aggregates, coarse and fine sand, moorum,
river sand/ Manufactured sand, gravels and bajri etc. collected by him for the
execution of the work. The rates quoted by the contractor shall be inclusive of such
Royalty and taxes etc. Further, contractor needs to submit proof of submission of full
royalty to the State Government or local authority. Nothing extra shall be payable on
this account.

12. Any cement slurry/ bonding material added over base surface for continuation of
concreting for better bond is deemed to have been built in the items and nothing
extra shall be payable and no extra cement considered in consumption on this
account.
13. No payment shall be made for any damage caused by rain, snowfall, flood
or any other natural calamity, whatsoever during the execution of the
work. The agency shall be fully responsible for any damage to the govt.
property and work for which the payment has been advanced to him
under the contract and he shall make good the same at his risk and cost.
The EPC Contractor shall be fully responsible for safety and security of his
material, T&P, Machinery brought to the site by him.
14. The EPC Contractor shall be required to protect the flooring work with
suitable material till handing over of the building. Nothing extra shall be
payable on this account.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 124

15. The EPC Contractor shall provide for adequate number of garbage bins
around the construction site and the workers facilities and will be
responsible for the proper utilization of these bins for any solid waste
generated during the construction. The agency shall ensure that the site
and the workers facilities are kept litter free. Separate bins should be
provided for plastic, glass, metal, biological and paper waste and labelled
in both Hindi and English with suitable symbols.
16. The contractor shall be responsible for the watch and ward / guard of the
buildings safety, fittings and fixtures provided by him against pilferage
and breakage during the period of installations and thereafter till the
building is physically handed over to the department. No extra payment
shall be made on this account.
17. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar
service encountered in the course of the execution of work shall be protected
against the damage by the contractor at his own expense. In case the same are
to be removed and diverted, the same shall be payable to the contractor
unless specified in the item or specifications concerned to that item.
The contractor shall work out the cost and submit to Engineer-in-Charge for
approval. The contractor shall not store materials or otherwise occupy any part
of the site in a manner likely to hinder the operation of such services.
18. The contractor(s) shall obtain all requisite permission/ licenses from the
Municipality, police and other authorities that may be required as per law for
temporary constructions, enclosures etc. Contractor(s) shall pay necessary charges
on account of these operations in executing the contract for which nothing shall be
paid. He shall make good any damage to the property whether public or private and
shall maintain lights either for illumination or for cautioning the public at night. The
contractor(s) shall erect the barricading of 6 meter or higher height enclosing the
area as per direction of Engineer-in-charge, and nothing extra will be payable on this
account.
19. The contractor(s) shall take instructions from the Engineer-in-Charge regarding
collection and stacking of materials at any place. No excavated earth or building
rubbish shall be stacked on areas where other buildings, roads, services and
compound walls are to be constructed. The stacking shall take place as per stacking
plan. However, if any change is required, the same shall be done with the approval
of Engineer-in-Charge.
20. Contractor(s) shall provide permanent bench marks, flag tops and other reference
points for the proper execution of work and these shall be preserved till the end of
the work. All such reference points shall be in relation to the levels and
locations, given in the Architectural and plumbing drawings.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 125

21. The EPC Contractor shall have to use properly design barricading system of MS
Framework with pre-coated Galvanised sheets to barricade the entire plot premises
and the cost of same deemed to be inclusive in the overall contract cost. The height
of such barricading system should confirm to the latest CPCB/SPCB and NGT
Guidelines. Such barricading shall only be removed from the premises after
completion of the work.
22. No foreign exchange shall be made available by the Department for importing
(purchase) of equipment, plants, machinery, materials of any kind or any other
items required to be carried out during execution of the work. No delay and no
claim of any kind shall be entertained from the Contractor, on account of variation in
the foreign exchange rate.
23. Water tanks, taps, sanitary, water supply and drainages pipes, fittings and
accessories should conform to the specifications provided in bidding documents, if
CPWD Specifications are not available, NBC – 2016, IS codes shall be follows. The
contractor(s) should engage approved, licensed plumbers for the work and get the
materials (fixtures/fittings) tested, by the municipal Body/Corporation
authorities wherever required at his own cost. The Contractor(s) shall submit for the
approval of the Engineer- in-Charge the name of the plumbing Agency proposed to
be engaged by him.
24. The contractor shall get the water tested with regard to its suitability for construction
and conforming to the relevant IS Code at 3 months frequency or on change of
source of water whichever is earlier. The contractor shall obtain written approval
from the Engineer-in- Charge before he proceeds by using the same for execution
of work. The water testing charges shall be borne by the contractor.
25. All materials brought to site shall be got checked by the Engineer- in-Charge or his
any authorized supervisory staff on receipt of the same at site before use.
26. All material shall only be brought at site as per programme finalized with the
Engineer-in- Charge. Any redelivery of the material not required for immediate
consumption shall not be accepted and thus not paid for.
27. All materials and fittings brought by the contractor to the site for use shall conform
to the samples approved by the Engineer-in-Charge which shall be preserved till the
completion of the work. If a particular brand of material is specified in the item of
work in Schedule of Quantity, the same shall be used after getting the same
approved from Engineer-in-Charge. Wherever brand/quality of material is not
specified in the item of work, the contractor shall submit the samples as per
approved list of brand names given in the tender document/particular specifications
for approval of technical sanctioning authority. For all other items, materials and
fittings of ISI Marked shall be used with the approval of Engineer-in- Charge.
Wherever ISI Marked material / fittings are not available, the contractor shall
submit samples of materials / fittings manufactured by firms of repute

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 126

conforming to relevant specifications or IS codes and use the same only after
getting the approval. To avoid delay, contractor should submit samples as stated
above well in advance so as to give timely orders for procurement. If any material,
even though approved by Engineer-in-Charge is found defective or not conforming
to specifications shall be replaced / removed by the contractor at his own risk & cost.
28. The day to day receipt and issue accounts of different grade/brand of cement
shall be maintained separately in the standard Performa by the Jr. Engineer-in-
Charge/AE in-charge of work and which shall be duly signed by the contractor or his
authorized representative.
29. Cement bags shall be stored in two separate godowns, one for tested cement and
the other for fresh cement (under testing) to be constructed by the contractor at his
own cost as per sketches given in C.P.W.D Specifications – 2019 Vol. I to II with upto
date correction slips having weatherproof roofs and walls. The size of the cement
godown is indicated in the sketch for guidance. The actual size of godown shall be as
per site requirements and nothing extra shall be paid for the same. The decisions of
the Engineer-in-Charge regarding the capacity needed will be final. Each godown shall
be provided with a single door with two locks. The keys of one lock shall remain with
Engineer-in-Charge of the work and that of other lock with the authorized agent of
the contractor at the site of work so that the cement is issued from godown
according to the daily requirement with the knowledge of both parties. The
account of daily receipt and issue of cement shall be maintained in a register in the
prescribed Performa and signed daily by the contractor or his authorized agent in
token its correctness.

30. For construction works which are likely to generate malba / rubbish, the contractor
shall dispose of malba / rubbish & other unserviceable materials and wastes at his
own cost to the notified specified Municipal dumping ground only and under no
circumstances these shall be stacked / dumped even temporarily, outside the
construction premises
31. The contractor shall arrange all the materials and manpower in advance for execution
of work within stipulated period and as per mile stones.
32. The contractor shall give performance test of the entire installation(s) as per
the specifications & codes in the presence of the Engineer-in-charge or his
authorized representative before the work is finally accepted and nothing extra
what-so-ever shall be payable to the contractor for the test.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 127

Specialized works:
1. The work consists of specialized components also in it for which the main agency
shall engage specialized agencies. The details of specialized works and eligibility
criteria for association of specialized agency are available in Part ‘A’ of bid document.
These specialized works shall be carried out through specialized agency only. The
Contractor shall apply for approval of specialized agencies within two weeks of
start of work and delay on this account shall rest with the contractor only.
2. If any new specialized work is to be executed, which is not mentioned in Part ‘A’,
then the eligibility criteria shall be as decided by Engineer-in-Charge shall be final for
such components of works.
SECRECY
1. The contractor shall take all steps necessary that all persons employed on any work
in connection with the contract have noticed that the Indian Official Secrets Act 1923
applies to them & will continue so to apply even after the execution of such works
under the contract.
2. The contract is confidential and must be strictly confined to the contractor’s own use
(except so far as confidential disclosure to sub-contractors or suppliers as necessary)
and to the purpose of the contract.
3. All documents, copies thereof & extracts there from furnished to the contractor shall
be returned to the Engineer-in-Charge on the completion of the work / works or the
earlier determination of the contract.

LABOUR AND SECURITY


1. No payment shall be made for construction of labour housing.
2. The Contractor shall display all permissions, licenses, registration certificates, bar
charts, other statements etc under various labour laws and other regulations
applicable to the works, at his site office.

3. Contractor should provide his plan for labour huts as per his requirement and get it
approved from the Engineer-in-Charge. The contractor will be provided space for
labour huts etc. inside the campus but the space requirement and location, as
assessed by Engineer-in-Charge shall be final and binding.
4. If as per the rules of the local authority, the huts for labour are not to be erected at
the site of work by the contractors, the contractors are required to provide such
accommodation as is acceptable to authorities’ and nothing extra shall be paid on
this account.

5. Contractor has to follow the security requirement of the campus and obtain
necessary entry passes for the labour and vehicles and follow security checks at entry
/ exit gates, restriction on movement of vehicle, restricted timings of working etc.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 128

The Department however shall assist the contractor in obtaining such passes for
movement of vehicles and labour. No claim whatsoever shall be entertained on
account of delay in entry of vehicles and labour including restrictions in working
hours, if there is any.
6. The contractor shall employ only Indian Nationals after verifying their antecedents
and loyalty. The contractor shall, on demand submit list of his agents, employees and
work people concerned & shall satisfy as to the bonafide of such people.
7. The contractor & his work people shall observe all relevant rules regarding security
promulgated in which work is to be carried out by the Controlling Administrative
Authority of the campus/area.
8. The contractor, his representative, workman shall be allowed to enter through
specified gates & timing as laid down by the controlling authority. They shall be
issued an identity card or an individual pass in accordance with the standing rules &
regulations & they should possess the same while working. The contractor shall be
responsible for the conduct & actions of his workmen, agents/ representatives.
9. Normally contractor shall be allowed to carry out work between 7 AM to 6 PM.
However, he may also be allowed to carry out the work beyond 6 PM & up to 7 AM if
the site conditions / circumstances so demand with prior written permission from the
“Engineer-in-charge”. However, if the work is carried out in more than one shift or at
night, no claim on this account shall be entertained. Normally contractors shall not
allowed to execute the RCC, electrical and finishing work at night. Work at night
shall, however, be allowed if the site conditions/circumstances so demand.
However, if the work is carried out in more than one shift or at night, no claim on
this account shall be entertained. The contractor has to take permission from the
police authorities etc. if required in such situation. The contractor shall make
available to the department, proper means of communication such as Vehicle etc. at
his own cost.

10. Normally contractor’s material/vehicles etc shall be allowed to move in/go-out


between 7 AM to 7 PM only & no movement of material / vehicles out of site of work
shall be allowed during night hours unless specific permission is obtained from the
“Engineer-in-charge”.
11. In case if a separate entry has been allowed, the contractor has to make all
arrangement for making a separate entry gate and barricading of the working area to
segregate/separate the same from other areas. All these have to be done by the
contractor at his own cost including safeguarding any untoward incident in the
restricted area due to separate entry gate and barricading arranged by the
contractor. No extra amount on this account shall be payable by the department.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 129

12. In the event of any restrictions being imposed by the Security agency, CPWD, Traffic
or any other authority having jurisdiction in the area on the working or movement
of labour /material, the contractor shall strictly follow such restrictions and nothing
extra shall be payable to the contractor on such accounts. The loss of time on these
accounts, if any, shall have to be made up by augmenting additional resources
whatever required. Nothing extra shall be payable on this account.
INSURANCE POLICIES:
1. Before commencing the execution of work, the Contractor shall, without in any way
limiting his obligations and liabilities, insure at his own cost and expense against any
damage or loss or injury, which may be caused to any person or property, at site of
work. The Contractor shall obtain and submit to the Engineer-in-Charge proper
Contractor All Risk Insurance Policy for an amount equivalent to the 1.25 times
contract amount for this work with Engineer-in-Charge as the first beneficiary. The
insurance shall be obtained in joint names of Engineer-in-Charge and the Contractor
(who shall be second beneficiary). Also, he shall indemnify the Department from any
liability during the execution of the work. Further, he shall obtain and submit to the
Engineer-in- Charge, a third party insurance policy for maximum Rs.10 lakh for each
accident, with the Engineer-in-Charge as the first beneficiary. The insurance shall be
obtained in joint names of Engineer-in-Charge and the Contractor (who shall be
second beneficiary). The Contractor shall, from time to time, provide documentary
evidence as regards payment of premium for all the Insurance Policies for keeping
them valid till the completion of the work. The Contractor shall ensure that Insurance
Policies are also taken for the workers of his Sub-Contractors / specialized agencies
also. The contractor including subcontractors shall provide comprehensive group
insurance cover for all the workers and their supervisory staff deployed at site. The
details of insurance cover to be provided shall be submitted by the contractor /
associate agencies within 20 days of date of start. In case of a default, appropriate
policy shall be got done by the safety monitoring committee and double the fee of
the policy shall be recovered from the next bill of the contractor. Without prejudice
to any of its obligations and responsibilities specified above, the Contractor shall
within 15 days from the date of letter of acceptance of the tender and thereafter at
the end of each quarter submit a report to the Department giving details of the
Insurance Policies along with Certificate of these insurance policies being valid, along
with documentary evidences as required by the Engineer-in-Charge. No work shall be
commenced by the Contractor unless he obtains the Insurance Policies as mentioned
above. Also, no payment shall be made to the Contractor on expiry of insurance
policies unless renewed by the Contractor. Nothing extra shall be payable on this
account. No claim of hindrance (or any other claim) shall be entertained from the
contractor on these accounts.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 130

PREPARATION OF SAMPLE (MOCK UP)

The contractor shall prepare one sample/Mock-Up for typical units (e.g. Room /
Corridor of minimum 10m length/ complete male, female, Handicap toilet unit
etc.). Samples of representative units shall be prepared by the contractor well in
advance before taking up the mass execution at the appropriate time as per mile
stones. The contractor shall invariably prepare the samples units of finishing items
i.e. flooring of different types, external & internal finishing i/c colour scheme of
paint, tiles in dado, flooring in platforms & staircase, water supply & sanitary
fittings and any other item as per direction of Engineer-in-charge. The contractor
shall proceed with further finishing items only after getting the samples of these
items approved in writing from Engineer-in-charge.

Safety:
1. The EPC Contractor will comply of the provisions contained safety , Health and
Environment health book 2019 available CPWD web site www.cpwd.gov.in failing
which he / they will be liable for the penalties on each violation subject to
compounding of the same to maximum of such default as mention in the various
unsafe act / unsafe conditions in this manual. This apart from the other
fines/levies/penalties mentioned in the documents elsewhere. It is incumbent upon
the EPC contractor to ensure in undertaking all health and safety compliance for
safety of all concern to generate safety conscious and safety regulatory as his primary
statutory duties or responsibilities in the contract.
2. The EPC Contractor shall comply with the safety procedures, norms and guidelines
(as applicable) as outlined in the document Part 7 Constructional practices and
safety- 2016, National Building code of India, Bureau of Indian Standards. A copy of
all pertinent regulations and notices concerning accidents, injury and first-aid shall be
prominently exhibited at the work site. Depending upon the scope & nature of work,
a person qualified in first-aid shall be available at work site to render and direct first-
aid to causalities. A telephone may be provided to first-aid assistant with telephone
numbers of the hospitals displayed. Complete reports of all accidents and action
taken thereon shall be forwarded to the competent authorities.
3. The EPC Contractor shall ensure the following activities for construction workers
safety, among other measures:
a) Guarding all parts of dangerous machinery.
b) Precautionary signs for working on machinery
c) Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting
tackles in good condition.
d) Durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 131

e) Ensuring that walking surfaces or boards at height are of sound construction


and are provided with safety rails or belts.
f) Provide protective equipment; helmets etc.
g) Provide measures to prevent fires. Fire extinguishers and buckets of sand to be
provided in the fire-prone area and elsewhere.
h) Provide sufficient and suitable light for working during night time.
4. Contractor shall within two weeks of award of work, submit to the
Engineer-in-Charge for his approval, list of measures for maintaining
safety of manpower deployed for construction and avoidance of accidents.

5. The Contractor(s) shall take all precautions to avoid accidents by exhibiting


necessary caution boards day and night, speed limit board, red flags, red
lights and providing barriers. He shall be responsible for all damages and accidents
caused to existing/new work due to negligence on his part. No hindrances shall be
caused to traffic during the execution of the work. In case of any accident of labours
/ contractual staff’s, the entire responsibility will rest on the part of the contractor
and any compensation under such circumstances, if becomes payable, the same
shall be entirely borne by the contractor and department shall have no role on this
account.
6. WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow
signage display such as “Construction Work in Progress”, “Keep Away”, “No Parking”,
Diversions & protective Barricades etc. shall be provided and displayed during day
time by the Contractor, wherever required and as directed by the Engineer-in-
Charge. These glow signage and red lights shall be suitably illuminated during night
also. The Contractor shall be solely responsible for damage and accident caused, if
any, due to negligence on his part. Also he shall ensure that no hindrance, as far as
possible, is caused to general traffic during execution of the work. This signage shall
be dismantled & taken away by the Contractor after the completion of work, only
after approval of the Engineer - in - Charge. Nothing extra shall be payable on this
account.

7. SIGN BOARDS: The Contractor shall provide and erect a display board of size and
shape as required and paint over it, in a legible and workman like manner, the
details about the salient features of the project, as required by the Engineer-in-
Charge. The Contractor shall fabricate and put up a sign board in an approved
location and to an approved design indicating name of the project, Client/Owner,
Engineer-in-charges, Structural Consultants, Department etc. besides providing
space for names of other Contractors, Sub-Contractors and specialized agencies
within 15 days from issue of award letter. Nothing extra shall be payable on this
account. In case of non compliance/delay in compliance in this, a penalty @
Rs.500/- per day will be imposed which will be recovered from the immediate next
R/A Bill of the Contractor.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 132

8. Necessary protective and safety equipments such as helmet, safety shoes, gloves
etc shall be provided to the Site Engineer, Supervisory staff, labour and technical
staff of the contractor by the Contractor at his own cost and to be used at site.

9. No inflammable materials including P.O.L shall be allowed to be stored in huge


quantity at site. Only limited quantity of P.O.L may be allowed to be stored at site
subject to the compliance of all rules / instructions issued by the relevant authorities
and as per the direction of Engineer-in- Charge in this regard. Also all precautions
and safety measures shall be taken by the Contractor for safe handling of the P.O.L
products stored at site. All consequences on account of unsafe handling of P.O.L
shall be borne by the Contractor.
10.
11. The issue of construction safety & standards has gained utmost importance in recent
times. This subject is to be dealt with in an integrated manner with an approach to
developing and establishing a safety culture at work sites. Broadly, its components
are:
a) Creating awareness
b) Education
c) Training
d) Implementation
e) Enforcement measures.

12. All workers of contractor and associate agencies, invariably and at all the times, must
follow all safety norms, adopt safe construction practices and use all required safety
gadgets in their working throughout the project duration.

13. The contractor shall issue Photo Identity Cards with unique numbers containing
salient information of workers for the labour & his staff.

14. The contractor shall monitor and achieve the objectives of construction safety
continuously, progressively and through affirmative action, and shall oversee
implementation of safety program over the entire construction period.
STRUCTURAL SAFETY

Following guidelines to be followed where height of casting of concrete is higher


than 3.5 m or where higher loading are coming during casting of concrete or large
span structure more than 5 meter long or some special structure like domes, vaults,
steel structure etc.

1. Centering/scaffolding/staging for casting of these structures should be properly


designed by a qualified and experienced person/agency having past experience in
design of false work (centering) for concrete structures and should be proof checked
by similar experienced person/agency and it should be approved by Engineer-in-
Charge. The provisions of clause 7 of IS: 14687 may be referred for design of false
work (centering).

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 133

2. A method statement for erection and dismantling of the centering/


scaffolding/staging and process of concreting & process of anchor of steel structure
shall be prepared by contractor and submitted to Engineer-in-Charge for approval
and the work shall be commenced only after approval of method statement by
Engineer-in-Charge. The provisions of clause 9 of IS: 14687 may be referred for
erection of false work (centering), safety precautions and other site operations,
pertaining to false work (centering).

3. Engineering form watcher shall be engaged during erection, concreting and


dismantling for early detection of any movement or instability in the system.

4. A detailed programme of field safety inspection of centering/scaffolding/form work


of such structures during different stages should be chalked out and strictly
followed.

5. The prime responsibility of safety of false work shall with contractor for concrete
and structural steel work.

6. Provision of safety net, fall arresting system including other safety gears, for
workers, working over these structures shall be followed strictly.

OTHER CONDITIONS WTH RESPECT TO EXECUTION OF WORK

1. The work shall be carried out in accordance with the contract specification/terms,
tendered drawings and detailed drawings including revised drawings, if any, issued
during execution of work by the Engineer-in-Charge.

2. Before commencement of any item of work, the contractor shall correlate all the
relevant architectural, structural and MEP drawings, and specifications etc. issued for
the work and satisfy himself that the information available there from is complete
and unambiguous. The figure and written dimension of the drawings shall be
superseding the measurement by scale. The discrepancy, if any, shall be brought to
the notice of the Engineer-in-charge before execution of the work. The contractor
alone shall be responsible for any loss or damage occurring by the commencement
and execution of work based on any erroneous and or incomplete information and no
claim whatsoever shall be entertained on this account.

3. The contractor is required to deploy resources as per availability of site. However no


claim will be entertained for idle labour, idle machinery, idle technical/no-technical
staff, idle T&P etc.

4. The work of services will be executed simultaneously. The Contractor shall minimize
the scope of making recesses, holes, opening etc. as the same shall be planned in
advance and necessary grooves/niches shall be provided in shuttering of RCC.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 134

5. Laminates on flush doors shall be machine pressed, preferably in factory. The design
and pattern of laminates shall be as per the approval of engineer in charge.
6. The Aluminium door-windows-framework, lamination and Lipping on flush doors shall
be factory made.
7. Unless otherwise specified , wherever mild steel / galvanized iron sections and pipes
are provided in the work, priming coat of approved steel primer shall be done after
removing rust from section if any and finally finished with low VOC synthetic enamel
paint or as mentioned specifically in specification.
8. Unless otherwise specified, Monkey ladder shall be provided for over head water
tanks, mumty and lift machine room doors with frame and steps of 40x40x6 mm
angle iron, etc.
9. Wall mounted door stoppers shall be provided to protect the wall where the door
handle would run into it.
10. Fall nets and scaffolding nets for protection from debris / dusts and noise etc. are to
be provided during the construction period. Nothing extra shall be paid on this
account.
11. Wherever M.S. grill provided in window, weight of grill in each window should not
be less than 12 kg/sqm.
12. If details for any area/space w.r.t. finishing schedule, door & window schedule,
sanitary fitting schedule, hardware schedule etc. are not mentioned in the particular
specification/schedules/ drawings, the details of area/space having similar
functionality shall be followed.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 135

PROJECT MONITORING

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 136

PROJECT MONITORING:
1. The EPC Contractor shall prepare the phase wise (monthly) resource chart (materials,
manpower and machinery) based on the project execution schedule as per clause 5.1
of GCC.
2. The EPC Contractor shall submit the photographs of progress of work on fortnightly
basis to make it possible to create a short film of the entire execution of the work to
be kept in archive.
3. The EPC Contractor shall submit a detailed Monthly progress & program report to the
Engineer- in-charge by 5th of every month. The format of monthly progress &
program report shall be as approved by Engineer-in-Charge.
4. The EPC Contractor will make it possible to be represented by a senior level executive
who have sufficient financial powers to take decisions required for completing the
project in time.
5. The EPC Contractor shall stick to the construction schedule, if there is any hindrance
or delay due to any reason the same shall be mitigated through engaging extra
manpower, material and machinery.
6. The EPC Contractor shall submit every month along with “Progress-Report” the
details of “Funds-Requirements” for the next six months.
PROGRAMME CHART
a) The Contractor shall prepare an integrated programme chart in MS Project,
Primavera software for the execution of work, showing clearly all activities from
the start of work to completion, with details of manpower (Skilled/Semi
skilled/Unskilled), equipment and machinery required for the fulfillment of the
programme within the stipulated period or earlier and submit the same for
approval to the Engineer-in-Charge within the time period mentioned in
schedule ‘F’, else recovery at rate specified in Schedule ‘F’ shall be made in case
of delay in submission the above programme.
b) The programme chart should include the following:
i. Descriptive note explaining sequence of the various activities.
ii. Network (PERT/CPM/BAR CHART) in MS Project/Primavera Software
iii. Programme for procurement of materials by the contractor.
iv. Programme of procurement of machinery / equipment, materials,
details of man power (Skilled/Semi skilled/Unskilled), in detail work
execution programme, commensurate with the quantum of work to
be done within the stipulated period as per mile stones.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 137

c) If at any time, it appears to the Engineer-in-Charge that the actual progress


of work does not confirm to the approved programme referred above, the
contractor shall produce a revised programme showing the modifications to
the approved programme to ensure completion of the work. The modified
schedule of programme shall be approved by the Engineer-in-Charge. Non-
submission of such revised programme shall attract the recoveries as
mentioned in Schedule ‘F’.
d) The submission for approval by the Engineer-in-Charge of such programme
or the furnishing of such particulars shall not absolve the contractor of any
of the duties or responsibilities under the contract. This is without
prejudice to the right of Engineer-in-Charge to take action against the
contractor as per terms and conditions of the agreement.
e) The contractor shall submit to the Engineer-in-charge on the 7th day of each
month, 2 hard copies and one soft copy (CD) of monthly progress report.
Such progress report shall include the project progress, summary, work
progress (planned vs actual), CPM chart, status of financial progress and
achievement of milestone, manpower deployment status, inventory of
materials and photographs of important activities. For delay in submission
of the report or non submission of report, compensation @ Rs.5000/-
(Rupees F i v e Thousand only) per week of delay subject to maximum of
Rs. 20,000/- for each report will be recovered from the amount payable
to the contractor.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 138

Standard Operating Procedures (SOPs) and guidelines for COVID – 19

In response to COVID-19 outbreak, the following standard Operating Procedures (SOPs)


and guidelines to ensure safety of construction site workers which shall be followed
scrupulously. In addition to trained Supervisor(s), a Site Safety Representative (SSR) will be
deployed at every site, to ensure that safety guidelines are followed. Necessary trainings will
be given in advance to Supervisors and SSRs, so that they can train the workers further.

A. General Guidelines – Applicable to all:

1. The workers coming from outside will be required to self-declare their health profile as
per Annexure – 1 and shall be quarantined for a period of at least 15 days, Mandatory.

2. Thermal Scanning of everyone entering and exiting a construction site will be done for
fever with thermal scanners. lf anyone leaves and re-enters the site during the shift, re-
screening of the individual will be done prior to re-entry into the work site.

3. PPE and Other material requirement shall be provided as per Annexure - 2.

4. Provision for hand wash & sanitizer (touch free recommended) will be made at all entry
and exit points and common areas (including at distant locations like higher floors).
Everyone will be required to wash & sanitize his/her hands before entering the site and
using PPEs. Same procedure to be followed after removing PPEs and exiting the
premise. Sufficient quantities of all the items should be available at the site.

5. All Protocol including Emergency Response will be laid out. Periodic tailgate sessions will
be arranged to review site protocols in view of highly dynamic scenario ensuring social
distancing norms. During these sessions, everyone including workers will be informed
about the safety guidelines and important updates. Necessary arrangements for
announcements shall be made at every site.

6. Mandatory use of PPEs (face mask, hand gloves and other as applicable) by everyone
entering the premise. Re-usable PPEs should be thoroughly cleaned and should not be
shared with others.

7. Entire construction site including site office, labour camp, canteens, pathways, toilets,
and entry / exit gates will be disinfected on daily basis. Housekeeping team should be
provided with necessary PPEs.

8. There will be total Ban on non-essential visitors at sites (including from Head office staff,
consultants etc.).

9. There will be strict ban on Gutka, Tambaku, Paan etc. on site and spitting shall be strictly
prohibited.

10. Food should be consumed at designated areas only ensuring social distancing.

11. Common sitting arrangements should be removed.

12. Post lunch, waste should be disposed by individual in designated bins and area should
remain clean.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 139

13. Areas with a probability of bigger gathering, for eg. cleaning area, toilets etc. should be
identified and all arrangements should be made to ensure social distancing.

14. A doctor will be present periodically (at least once a week) at site on allotted time for any
medical assistance.

15. Appropriate signage at construction site spelling out safety practices in the language which is
understood by all.

16. Hospital/clinics in the nearby area, which are authorized to treat COVID- '19 patients, should
be identified and list should be available at Site all the time.

17. For any confusion, clarification and update, everyone should approach designated authority
or rely on authentic source.

18. Rumors shall be discouraged and offenders be warned.


19. An isolation room shall be created at site.

B. Guidelines for Workers:

1. On day 0, before resuming the work on site post lockdown period, mandatory medical check-
up will be arranged for all workers. The workers coming from outside will be quarantined for a
period of at least 15 days. Only medically fit workers will be deployed at site and medical
assistance will be arranged for unfit workers. Medical checkup camp should be arranged
every month.

2. The labours staying at site will not be allowed to go outside. All the essential items will be
made available to labours at site only. lf necessary, the workers can go out wearing PPEs,
after informing supervisor. Similarly, no outside labour will be allowed at site without following
proper procedure and instructions.

3. Start time on site will be staggered to avoid congestion at the entry gates. Number of workers
working at a particular time / place will be reduced by making arrangements for different shifts
/ areas. Accordingly, additional staff such as security guards, supervisors etc. will be
deployed.

4. As in most cases, workers reside at the Sites, hence there is no need for any travel. For
Workers staying outside, (which are always nearby) special transportation facility will be
arranged without any dependency on the public transport system.

5. During attendance, training and other sessions, social distancing guidelines will be followed
along with provision of no{ouch attendance.

6. Workers should not shake hands when greeting others and while working on the site.

7. Workers shall avoid contact with sick people and avoid going to site if they are feeling sick,
have fever, cough or shortness of breath. ln such case, supervisor should be informed
immediately.

8. Workers with such symptoms should not come to site and should be placed in isolation and
medical assistance will be provided on immediate basis.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 140

9. Mandatorily wear face masks while working on site. While not wearing masks, worker shall
cover his mouth and nose with tissues.

10. Cough/sneeze should be done in the crook of one's arm and your elbow.

11. Avoid large gatherings or meetings of 10 people or more. Stay at least 6 feet away from
others on job sites and in gatherings, meetings, and training sessions.

12. Not more than 2/4 persons (depending on size) will be allowed to travel in lifts or hoists. Use
of staircase for climbing should be encouraged.

13. Workers should clean hands frequently by washing them with soap and water for at least 20
seconds. When hand washing isn't possible, alcohol based hand sanitizer with greater than
60% ethanol or 70% isopropanol should be used.

14. Workers should not share their belongings like food, water bottles, utensils, mobile phones
etc. with others.

15. The utensils should be washed properly post use at designated place.

16. Post work, workers should change their clothes before leaving the site and clothing should not
be shook out.

17. Avoid touching eyes, nose, or mouth with unwashed hands.

C. Guidelines for Material, Tools. Machinerv, Vehicles etc:-

1. Wipe down interiors and door handle of machines or construction vehicles, the handles of
equipment and tools that are shared, with disinfectant prior to using.

2. Non-touch waste bin with disposable garbage bag should be installed for waste collection at
all common access areas.

3. Proper disposal of garbage should be ensured.

4. At all point of time, easy access to parking should be ensured since public transit is limited.

5. All construction material arriving at site should be left idle for 3 days before use to ensure safe
usage.

6. All vehicles and machinery entering the premise should be disinfected by spray mandatorily.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 141

D. Emergency protocol in case of detection of symptoms of COVID 19 to be


observed by Project Manager of Contractor:-

1. lmmediate shift worker to isolation room. lnform the Engineer-lncharge CPWD or his Nodal
officer.

2. Call for a doctor.

3. Keep worker under observation for a few days in isolation room. ln case of doubt act per
advice of local doctor.

4. Covid testing shall be arranges as per instruction of Doctor and if so advised by Doctor move
worker to Hospital.

5. Prevent rumours and take strict action against those who spread it.

E. Responsibility of various stakeholder

Responsibility of various stakeholders shall be as below:

S.No. Designation Responsibility


2 CPWD Nodal To coordinate efforts on behalf of Engineer in Charge and
Officer as ensure compliance of these SOPs. He shall send a daily
designated by confirmation of compliance of SOPs.
Engineer in
charge
1 Project Manager Over all responsibility of ensuring compliance of procedure
of Contractor. and precautions in SOP.

To submit daily compliance report to CPWD Nodal officer.

To Designate a senior person as COVID Marshal and form a


team under him.
2 COVID Marshal To exclusively look after the implementation of all the
(Nodal Officer) precautions and procedure at work site and labour camps.

To intimate daily requirement of PPEs, Sanitizers, disinfectants


etc in their respective sections.
Regular attendance of workers to ensure no one leaves the
site.
Permission from local authorities
Ensuring Timely payment to workers/staff.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 142

Annexure 1

COVID – 19 (Coronavirus) Exposure Questionnaire for New Workmen

Name Native (State, District / City, Village):


Age:

Gender:

Please answer the following questions with as much detail as possible:

1. Location/Travel Declaration

a. Please provide your locations/travel patterns over the past 14 days in Table below:

DATE ARRIVED / SINCE WHEN YOU HAVE


COUNTRY CITY/VILLAGE DATE DEPARTED
BEEN IN THE LOCATION

2. Any cases of COVID-19 in your in the locations where you have been for last 14 days?

YES NO

3. Are you, or have you been in close contact with anyone who has been quarantined or
who has been diagnosed with novel coronavirus (SARS-CoV-2/COVID-19)? If yes,
please provide details.

YES NO

4. Have you even been quarantined due to a possible exposure to novel coronavirus (SARA
– CoV-2/COVID-19)? If yes, please provide dates and locations.

YES NO

5. Have you experienced any of the following symptoms within the last 14 days?
 Any fever
 Cough
 Shortness of breath
 Malaise (flu-like tiredness)
 Rhinorrhea (mucus discharge from the nose)
 Sore throat
 Gastro – intestinal symptoms such as nausea, vomiting and / or diarrhea

If yes, to any of these, please indicate which and provide full information.

6. Are you currently in good health?

YES NO

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 143

Declaration

I confirm that the answers I have given are, to the best of my knowledge, true,
and that I have not withheld any material information that may influence the
assessment or acceptance of this application.

I agree that this form will constitute part of my application for insurance(s) and
that failure to disclose any material fact known to me may invalidate my
insurance(s).

Signature

Date

Time

Witness

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 144

Annexure 2

PPE and other material requirement:

List of items
Sl.
(Personal At Stores At Office At workmen camp
No.
Sanitization)
1 bottle (500mL) 1 bottle (500mL) 2 bottle (500mL)
Hand Sanitizer
at all entrances at all entrances at all entrances
1 (min. 60%
and to be refilled and to be refilled and to be refilled
alcohol)
on regular basis. on regular basis. on regular basis.
2 bottle (500mL)
at the front side
of each camps
visible & easy to
To be made To be made
Alcohol based access along with
2 available on available on
Soap Solution water availability
demand demand
for washing.
Need to be
refilled on regular
basis.
1 No. to be
1 No in each distributed to
Soap (100 gm) toilets and wash each contractor
basins workman once in
a week.

List of Personal
Sl.No. Protective Equipment Scope
(PPEs)
Nose Mask & Paper For all workmen (daily one for at least one
1
Tissues month)
For workmen involved in
Face mask / Face disinfection/sanitization activity (new one to be
2
shield/Goggles issued for each day activity) and COVID
Marshal
For workmen involved in disinfection/
3 Gloves (Nitrile) sanitization activity (new one to be issued for
each day activity)
For COVID Marshals and workmen involved in
4 Coverall/Gowns (Nitrile) disinfection/sanitization activity (new one to be
issued for each day activity)

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 145

General Conditions for Planning & Design

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 146

General Conditions for Planning & Design

1. CONSULTANCY
1.1 The bidder should engage a reputed Firm/ Consultant (whether titled as an
Architectural firm or Engineering firm) approved by department, out of eligible
consultant (minimum three) proposed by the contractor immediately after the award
of work. The department reserves the right to approve any of the consultant out of
the proposed ones as deemed fit and decision shall be firm and binding on the EPC
Contractor.
The said consultant having the in- house capabilities in consultancy work and fulfilling
the minimum eligibility criteria as defined in later paragraphs shall be eligible to apply
subject to compliance to eligibility.

1.2 Consultant shall provide comprehensive consultancy services in Project covering


space utilization, functional relations, preparation of master plan including obtaining
its statutory and local bodies approval, detailed architectural drawings, detailed
structural analysis, design and detailing including designing and detailing of all
services, their drawings & approval, external development works, landscaping, etc.
Consultant shall prepare and supply all the coordinated good for construction
drawings duly proof checked and approved. The Consultant shall be associated till
completion of the project and obtain completion certificate from the concerned
authorities/local body.

1.3 In case of non- availability of in-house capabilities in consultancy for any component
of Engineering services, the Firms / Consultants will submit intention to
engage/associate eligible sub consultant/firms having domain specific specialization
and submit the MOU/agreement with such specialized firms within fortnight of award
of work. The Principle/Main Consultant shall engage/associate only those sub
consultants/firms for consultancy of domain specific components, which have
successfully provided consultancy work at least in three projects costing overall not
less than 40% of ECPT and other eligibility conditions specified in different sections in
bidding document.

1.4 The successful contractor shall submit the required documents of eligible
Architectural / Engineering firms within 10 days of issue of LOA. The contractor will
sign the agreement with selected consultant within a week of communication of
selection by CPWD. Copy of same shall be submitted to the department.
1.5 Firms / Consultants will have to set up an office in Hyderabad within 45 days of
signing of agreement with consultant during whole period of execution of consultancy
work.
In case in house personnel of required experience is not available with the contractors
or with the associated architectural/ Engineering firms, the main contractor shall have
to enter into agreement with consultant for design of E&M subheads. Copy of such
agreement shall be submitted to EE(E) in charge of work as well as to EE(C) In case of
change of associate consultant, the main contractor has to enter into agreement with
the new consultant to be associated by him.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 147

1.6 If the performance of the consultant(s) is not of satisfactory qualities and standard or
they fail to adhere to the timeline specified in the bid document, the main contractor
will take timely suitable necessary action against the consultant(s) as per the terms
and conditions of agreement between them. However, this will not absolve the main
contractor from the levy of liquidated damage due delay in the project; and
department will be free to take action as per relevant clauses of agreement. In the
case of termination of the contract with the consultant(s) by the main contractor, the
process of selection of new consultants(s) will be same as provided in the bidding
document. All additional cost associated with this will be borne by the contractor.
They will not be eligible for any extra time/ extension of time for delay in this process.
Any loss of time in the process shall be made good within the milestones fixed in the
bidding document.

2.0 ROLE OF THE CONSULTANT

The Role of the Consultant is to provide consultancy services for “Construction of


Guest House Facilities(25+25) Rooms(G+2) floors on EPC basis with Civil works
including Internal water supply, & Sanitary Installations, Sewerage system,
Drainage & Development of Site, External water supply & Sewer lines, Storm
water drains, UG Sump, overhead terrace tank ,Septic tank etc., and Internal
Electrical Installations, Fans, Fire fighting & Fire Alarm, Lightening conductors,
SITC of Lifts, SITC of 250 KVA substation equipment, SITC of 125VA DGset,
SITC of IP based EPABX System, Solar water heating system, LED Street
lighting, Split ACs, pumpsets etc. at Hyderabad Central University, Hyderabad.”
and shall be involved for the entire duration of the project till its final commissioning
and handing over.

2.1 The consultant shall provide comprehensive consultancy services in project


conceptualization covering space utilization, functional requirements, preparation of
LOP, Project cost estimation, Detailed Architectural drawings, structural drawings and
various services design, Detailed Project Report including schedule of quantities etc.
The project report shall cover all project components in detail. The details of the
scope of the work involved mentioned in this Bid Document are broad and suggestive.
Notwithstanding the details of the scope of the work and role of agency mentioned
elsewhere in this Bid Document, the agency is required to provide drawing and design
on all aspects of the work for completing comprehensive planning and designing for
proposed construction of Building.

2.2 The EPC Contractor‘s consultant shall take all necessary statutory approval from all
authorities including local authority, Pollution Control Board, Dept. of Forest &
environment, Fire Services of Govt. of Telangana, CEA, Lift Inspector, Air Port
Authority etc. Preparation of all submission drawings / materials as per Govt. Norms
and models for these approvals will be the responsibility of the consultant. The
statutory approvals shall include obtaining Fire Clearance from CFO and completion
certificate for the completed building from the local bodies/authorities.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 148

2.3 All Environmental Impact and Social Impact Assessment, if required has to be done by
the consultant.

2.4 The consultant and his sub consultants shall have constant and regular interaction
with the CPWD for formulating the design philosophy and parameters, preparation of
cost estimate, designs/ drawings and specifications.

2.5 The consultant shall have to carry out detailed topographical survey and the survey of
all existing services and other constraints existing in and around the site for proper
design of all the services.

2.6 The Consultant shall have to perform in an efficient, orderly and professional manner
and shall deploy necessary qualified and Skilled persons according to the requirement
of the services.
2.7 The Consultant and the Sub-Consultants shall visit the works during execution stage to
ensure that the works are being executed as per approved scheme and render
appropriate advice and carry out all site related modifications in the designs and
drawings.

2.8 The consultant shall have to assist Engineer-in-charge in preparing presentations and
presentation materials during execution of work.
2.9 The consultant shall have to prepare design philosophy and the design methodology,
listing out relevant codes, related references, sound-engineering practices etc.
2.10 The consultant/contractor shall have to get the structural analysis/design and design
of services from internationally accepted softwares like ETAB/STRAP/STAAD etc and
drawings checked by the proof consultant by reputed Govt. Institutes including IITs,
NITs and other Govt. Engineering college / Institute, at his own cost and nothing extra
shall be paid. The detailed design notes shall be submitted along with design
philosophy to Engineer-in-Charge.

2.11 The Consultant shall comply with all applicable laws, bye-laws, and statutory
provisions, codes and specifications etc. in the performance of the consultancy
assignment and in the execution of the project.

2.12 The Consultant shall comply with the applicable norms of local as well as Central Govt.
Bodies.

2.13 The consultancy services shall be provided through a Team Leader supported by
experienced professionals. The Consultant will deploy adequate number of
professionals and other staff to deliver the requisite services as per time schedule.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 149

2.14 The Consultant shall get the conceptual approval of the Department /client or both
through presentations, etc. Comments and suggestions or alternate proposal of the
client and his representatives shall be evaluated and suitably incorporated till the
concept design is accepted and frozen.

2.15 The Consultant shall develop the preliminary drawings for each of the building for
submission to all the statutory authorities/bodies, incorporate changes, if suggested
by the statutory authorities / bodies and obtain approvals from all regulatory
authorities.
2.16 The Consultant shall ensure that the various building/engineering services are suitable
designed without any discrepancies between the structure and finishes, and the
requirements of service installation.
2.17 The Consultant shall ensure that the nature, position, and appearance of all controls
of piped services and electrical installation satisfy user and aesthetic requirements,
and ensure that adequate coordination drawings are included. He shall also ensure
that the various building/engineering services are designed without any discrepancies
between the structure and finishes, and the requirements of service installation.
2.18 The consultant shall obtain fire clearance from CFO on completion of the construction
work after incorporating the modifications in the drawing and services as suggested
by them.
2.19 The consultant shall prepare the completion drawing after incorporating the
suggestions /modifications and shall obtain completion certificate from local bodies.
2.20 The Consultant shall maintain constant, regular and proactive interaction with the
department, and structural / services proof consultants for formulating the design
philosophy and parameters, preparation of preliminary designs/working drawings
/specifications etc.
3.0 SCOPE OF CONSULTANCY SERVICES
The consultant shall plan & design the building & all other services keeping into the
account the description given in the different sub heads of Civil, Electrical works in
respective parts of the NIT.
3.1 The consultant shall provide Comprehensive Consultancy Services in the following
areas. The consultant/agency shall appoint specialized consultants for which in-house
arrangement is not available:
a). All Architectural Services including building plans/ all hard and soft Landscaping /
Signages.
b). All Quantity Surveying Services
c). All Civil & Structural Engineering Services including all proof checking work for
structural.
d). All Electrical Engineering Services.
e). All Mechanical Engineering Services.
f). All Public Health Engineering Services.
g) Green Building Concept (Norms to be followed as per GRIHA / CPWD green
THREE STAR RATING) to be certified by Accredited bodies.
h) Equipments/fixtures/fittings for all buildings including rooms.
i) All interiors and all acoustical treatments.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 150

j) All water supply, sewerage& drainage system


k) Any other services which are required but not specifically indicated.

3.1.1 The consultant shall provide comprehensive consultancy services broadly described
hereinafter. However, it should be clearly understood that the description of services
is only indicative and the Consultant shall be required to perform any other services
which may be required whether or not expressly mentioned hereinafter in this
contract document of this work up to the entire project requirement and satisfaction
of the client.
3.1.2 The Consultant(s) shall perform all the Architectural , Structural design work design of
services, landscaping, horticultural works by utilizing the most economical, effective
and widely accepted engineering concepts/practices and shall at all times show a high
degree of professionalism in his work.
3.1.3 The Consultant will be fully responsible for the design of all the Civil, Elect. &
structural engineering works including landscaping and horticultural services.

The services to be provided by the Consultant shall include but not be limited to
the following:

1. Preliminary Stage
a) Carry out topographical survey and the survey of all existing services and other
constraints existing in and around the site.
b) Carry out soil investigation of the site to establish the soil characteristics i/c rock
profile and other parameters required for the foundation design of multi-storey
buildings. Types of investigation/test and their qualities shall be get approved
from Engineer-in-Charge. Soil investigation agency should be experienced,
specialized and should be got approved from Engineer-in-charge.
c) The contractor /consultant shall also get ascertained the liquefaction potential
of soil to required depths using modern methodology e.g. Spectral Analysis of
Surface Waves (SASW) test or any other method and combination of tests
approved by Engineer-in-charge and suggest remedial measures and account for
same while suggesting the foundation system and suggesting bearing
capacity/load carrying capacity.

2. Approval Stage
a) Development of the Submission Plans.
b) Submission of the design, drawings and related documents if required, to
concerned local body /authorities, Fire Service, State Electricity Board, Airport
authority, Environmental Clearance , Tree cutting permission etc.
c) Modifications of the design, drawings etc taking into account the comments,
suggestions etc. of the local bodies/ authorities.
d) Re-Submission & obtaining approval of the design, drawings etc. from local
bodies/ authorities.
e) Carrying out Environment Impact Assessment, submission of the same and
getting approval from concerned authorities.
f) Obtaining necessary approval of the project from Local authority.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 151

3. Detailed design Stage

ARCHITECTURAL SERVICES

a) Prepare drawings, schedules and specification of materials and workmanship, in


sufficient detail. The drawings & documents shall include detailed site plan,
detailed drawings for building including floor plans, elevations, door & window
schedules, finishing schedules, wall profiles, Staircases, ramp and lift details,
details of important building parts / areas etc. As far as possible standards of
quality performance requirement and descriptive names shall be used rather
than specific products or brand names.
b) Prepare and issue “Good for construction” drawings. Drawings shall be
adequately detailed and shall contain enough information to enable
construction, full measurement, pricing and production of bill for payment. The
working drawing shall include
c) Detailed Drawings
 Floor plans, fully coordinated with all services/disciplines
 Elevations
 Sections
 Wall profiles
 Doors & Window details
 Stairs/Ramps/Lifts details
 Details of building parts, areas, critical special treatments.
 Toilet details
 Flooring pattern and details
 Dado details
 Roof flow, drainage system including rainwater harvesting system
underground tank
 Any other detailed require by the engineer in charge.
 Drawings of landscape including blow up of critical areas / landscapes / plant
scapes in detailed coordination with all external services
 Checking and certifying the Architectural drawings, technical specifications,
services and all other drawings to ensure their completeness/correctness
 Finalizing finishing schedule, elevation treatment, fixtures, colour scheme of
all buildings

d) Any other details required for completion of the buildings/services.


e) Inspect the works and attend meetings during execution to give clarifications, if
any, and to modify the drawings as per the site/construction requirements.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 152

CIVIL AND STRUCTURAL ENGINEERING SERVICES

Design Basis
a) Conduct surveys, tests and other investigations as required determining the
basis to accomplish safe designs as per latest specifications & codes.
b) Planning for the structural arrangements with the architectural design.
c) The Building shall be analysed as a ‘Space Frame’. The building shall be modelled
using structural engineering software package ETABS/ STRAP/ STAAD or any
other standard proven software. SI units should be followed for entire analysis
and design. The modelled space frame should be analysed for Dead Loads (DL),
Live Loads (LL), Wind Loads (WL), Earthquake Loads(EQ), Temperature load
stresses and their combinations as per latest IS: 1893-2016(part-1) and IS:
13920(2016), IS 800-2007 and other applicable BIS codes revised upto date. The
Building should also be checked for storey drift. All supports (foundations) of the
Building columns and shear walls shall be considered as fixed joints for analysis.
Effective length of columns shall be considered as per the standard codes of
practice. This structure should be designed and detailed as per Indian codes of
practice. All disaster managements practices as specified in NBC to be followed.
As the structure is quite tall, the lateral loads will be significant. Transfer of
lateral loads is very important & special care must be taken to transfer these
loads in super structure and foundation. Sufficient numbers of shear walls
should be provided for force transfer in lateral direction & to control the
deflection due to lateral loads. The temperature stresses evaluation be given
during consideration in structural design.
d) Co-ordination & finalization of structural arrangement
 Foundation system
 Beam & Column location
 Beam & Column size finalization
 Slab profiles
 All other detailing required for the finalization of design
e) Finalization of design basis & structural systems.
Proof checking of structural design / drawings from IITs or NITs or any other
Govt. Engineering college/Institute and issuing the “Good for construction”
drawings. The consultant shall also submit the structural design / details (input /
output) by the structural consultant and the proof checking thereof along with
comments etc. of proof consultant. If any modification in design / drawings is
needed as per site conditions or subsequent to proof checking, the contractor
shall do / redo the design and proof checking without any extra cost. The
decision of the Engineer–in–charge in this regard shall be final and binding. No
claim whatsoever on this account will be entertained.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 153

Structural Design Development


 Design of all the structural and non-structural elements

Drawing Stage
 Foundation plans & details
 Column, walls, i/c diaphragm wall and beam layout plans i/c Floor framing plans,
fully coordinated with all disciplines
 Floor slab structural details
 Column & beam structural details
 Staircases, ramps, lifts shafts and machine room details,
 Requirement of Green Building Concept
 All other details and sketches required for proper execution of the works.

ELECTRICAL ENGINEERING SERVICES : Refer Part-C for full details

PUBLIC HEALTH ENGINEERING


1. All the design and drawings should be well coordinated with Architecture,
structure and other services drawings.
2. All designs shall be as per the latest Indian Standards, Local bye-laws and
Statutory norms/regulation.
3. Design of Public Health & Engineering services taking into account various
topographical, meteorological, Hydrological etc. reports, identify the source and
quality of water, conduct survey of existing water supply system, Sewerage
system, Drainage system, Fire-fighting system, other site development works
etc. for planning of services.
4. The services shall be so designed that the service lines shall not be visible on the
exterior façade of building. As for as possible, all the services shall be taken
through the shaft intended for that purpose and shaft shall be duly covered with
jali/green wall to retain aesthetic elegance of the building. The service lines shall
be carried on GI bracket of suitable size rather than fixing them directly on the
walls.
5. The services shall include following major components:
 Water Supply System including underground water tanks and pumps.
 Sewerage System including sewerage treatment plant.
 Drainage System i/c water harvesting, absorption trenches etc.
 Fire Fighting System with peripheral grid around each building connected
with fire main grid.
 Soil waste management.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 154

Services
Water Supply System
 Calculation of water requirements for office building and other services for
the buildings and services for the scope of present bidding document.
 Design and prepare working drawings of internal and external water
supply system including, terrace Overhead tank, Water treatment plant,
pumping stations, rising mains, distribution system and internal plumbing,
recycling of treated waste water etc.
 Prepare specifications.
 CPWD approval of detailed drawings and data sheets of suppliers/
manufacturers. Incorporation of suggestion /modification in the drawings.

Internal Sanitary Installations


 Design and prepare working drawings of internal sanitary installations.
 Identify, design and prepare working drawings of handicapped friendly
toilets and sanitary installations, if required.
 Prepare specifications.
 CPWD approval of detailed drawings and data sheets of supplies /
manufacturers.
Sewerage System
 Design and prepare the drawings for sewerage system .
 Prepare specifications.
 Check and approve detailed drawings and data sheets of suppliers/
manufacturers.
 CPWD approval of detailed drawings and data sheets of suppliers/
manufacturers and incorporation of suggestion /modification in the
drawings.
Drainage
 Design and prepare working drawings for storm water drainage including
roof drainage, service area drainage and surface drainage.
 Obtain approval from statutory and local bodies for drainage connections
and rainwater harvesting scheme etc.
 Prepare specifications.
 CPWD approval of detailed drawings and data sheets of suppliers/
manufacturers and incorporation of observation in the detail working
drawings.
Site development Works
 Prepare specifications of same.
 Vetting of detailed drawings of suppliers/ manufacturers from CPWD.
Other Services
Project Documentation
 Prepare and submit required number of copies of monthly progress
accomplishment reports of the project.
 Ensure the preparation of AS-BUILT drawings and record all approved
deviations and changes in drawings.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 155

Provide any other services not explicitly mentioned but reasonably required for
project development.
Design, calculations and drawings of all services shall be got approved by CPWD.

If any modification in design / drawings is needed as per site conditions or


subsequent to proof checking, the contractor shall do / redo the design and proof
checking without any extra cost. The decision of the Engineer–in–charge in this
regard shall be final and binding. No claim whatsoever on this account will be
entertained.

Green Building Design


 The designs and drawings shall confirm and registered to meet at least
one of the following green building certifications: (i) Green level
certification of GHAR based on CPWD Green Rating Manual 2019 (ii)
“Three STAR” certification of GRIHA – 2015 (iii) “Silver” certification of
IGBC Green New Buildings Rating system – 2014.

NUMBER OF DOCUMENTS AND COPY RIGHTS


1) All the documents/drawings, designs, reports and any other details envisaged under
this agreement shall be supplied in five copies. All the drawings for the comments,
discussion and approval of employer shall be submitted in triplicate. Six copies of all
the final drawings shall be submitted to the Engineer-in-Charge along with one
reproducible in A-1 or large size along with a soft copy in DVD. If there is any
revision in any drawing/document for any reason, six copies of drawing/document
shall be re-issued along with soft copy in CD without any extra charges. All these
drawings will become the property of the Engineer-in-Charge. The Engineer-in-
Charge may use these drawings in part or full in any other work without any notice
to the consultant and without any financial claim of the consultant.
2) The drawings cannot be issued to any other person, firm or authority or used by the
Consultant for any other project. No copies of any drawings or documents shall be
issued to anyone except the Engineer-in-Charge and / or his authorized
representative.
3) Architectural Design should cover the following general requirements:

a) To cater for different functional requirements of user with creative indoor


spaces, surroundings, better circulation and flexibility in space planning.

b) Integrated designs of electrical, mechanical and other services with structural


system and construction methodology with Bare minimum maintenance/
maintenance free mechanism.
c) Use of low embodied energy materials and local/reused materials and
consideration of green building principles.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 156

d) The building(s) proposed to be developed should be amenable to latest systems


of construction technologies for enabling repeatability and fast track and ease in
construction, keeping in mind a lower embodied energy of material and lower
energy consumption in the proposed complex.

e) All the spaces in the building provided shall be adequately ventilated for light
and air.

f) Proper care shall be taken to plan movement logistics to avoid criss– crossing of
traffic.

g) Service routing and ducts shall be planned for easy access, maintenance and
scalability.
h) Green building materials shall used as far as possible for obtaining THREE STAR
TERI GRIHA / SILVER of IGBC / Green level certification of GHAR, CPWD Green
rating system.

STRUCTURAL DESIGN SHOULD COVER THE FOLLOWING GENERAL REQUIREMENTS

a) The structural design shall be carried out in terms of latest editions and up-to-
date correction/amendment/errata of BIS Codes (Bureau of Indian Standards),
other relevant seismic/other codes for making Building Earthquake Resistant,
sound engineering practices and as desired by the client/ Employer. The
Contractor will also got proof checking of structural drawings from reputed
Engineering Institutes like IITs or NITs, or any other Govt. Engineering College/
Institute for proof checking of structural drawings/proposals prepared by the
structural Engineer. The fee for proof checking shall be borne by the EPC
Contractor. The Contractor will liaison and co-ordinate with such Institute
approved by Engineer-in-Charge as and when required and as per the direction
of Engineer –in-charge. Any changes suggested at later stage in architectural
drawings shall be incorporated in the design and required structural drawing
shall be proof checked without any extra cost.

b) If any modification in design / drawings is needed as per site conditions or


subsequent to proof checking, the contractor shall do / redo the design and
proof checking without any extra cost. The decision of the Engineer–in–charge
in this regard shall be final and binding. No claim whatsoever on this account
will be entertained.
c) Submission of all design calculations in hard and soft copies as per the direction
of Engineer –in-charge.

d) Any other designing and detailing required for comprehensive planning and
designing of the proposed buildings & campus.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 157

e) The required buildings along with internal and external services have to be
planned to achieve minimum cost of operation, minimum maintenance cost and
lowest consumption of energy, water & electricity etc.

f) One combined integrated drawing of all services will be prepared. (For internal
& external services separately). For services being laid in false ceiling, an
integrated plan of all services will also be prepared to avoid interference from
each other.

g) The EPC contactor will get prepared the Digitized data of all the services
including drawings in soft & hard copy format and will submit to the Engineer in
charge at the time of completion of work to enable locating the services in the
building for uninterrupted and smooth maintenance operations during the life
time of building. Such drawings will be part of the completion plan of the
building.

Approval From local Authorities:

1. All statutory payments required for these approvals from local authorities shall be
made by the Agency and the amount will be reimbursed by the department after
production of voucher & receipts.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 158

Conditions specific to Green Building Practice

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 159

Conditions specific to Green Building Practice

The contractor shall strictly adhere to the following conditions as part of his contractual
obligations as the building is to be carried as per GRIHA norms.
A SITE
1 The contractor shall ensure that adequate measures are taken for the
prevention of erosion of the top soil during the construction phase. The
contractor shall implement the Erosion and Sedimentation Control Plan (ESCP)
provided to him by the Project Manager as part of the larger Construction
Management Plan (CMP). The contractor shall obtain the Erosion and
Sedimentation Control Plan (ESCP) Guidelines from the Landscape Architect
and then prepare “working plan” for the following month’s activities as a CAD
drawing showing the construction management, staging & ESCP. At no time soil
should be allowed to erode away from the site and sediments should be
trapped where necessary.
2 The contractor shall ensure that all the top soil excavated during construction
works is neatly stacked and is not mixed with other excavated earth. The
contractors shall take the clearance of the architects / landscape consultant /
green building consultant before any excavation. Top soil should be stripped to
a depth of approximately 20 cm (centimetres) from the areas to be disturbed,
for example proposed area for buildings, roads, paved areas, external services
and area required for construction activities etc. It shall be stockpiled within the
campus area only to a maximum height of 40 cm in designated areas, covered
or stabilized with temporary seeding for erosion prevention. The excavation,
loading, unloading, stacking and cartage shall be paid separately. This
stockpiled soil in the end shall be reapplied to site during plantation of the
proposed vegetation. The excavation, loading, unloading and filling including
cartage shall again be paid separately Top soil shall be separated from subsoil,
debris and stones larger than 50 mm (millimetre) diameter.
3 The contractor shall carry out the recommendations of the soil test report for
improving the soil under the guidance of the landscape consultant who would
also advise on the timing of application of fertilizers and warn about excessive
nutrient levels.
4 The contactor shall carry out post-construction placement of topsoil or other
suitable plant material over disturbed lands to provide suitable soil medium for
vegetative growth. Prior to spreading the topsoil, the sub-grade shall be
loosened to a depth of 50mm to permit bonding. Topsoil shall be spread
uniformly at a minimum compacted depth of 50mm on grade 1:3 or steeper
slopes, a minimum depth of 100mm on shallower slopes. A depth of 300mm is
preferred on relatively flatter land.
5 The Contractor should follow the construction plan as proposed by the
architect / landscape consultant to minimize the site disturbance such as soil
pollution due to spilling. Use staging and spill prevention and control plan to
restrict the spilling of the contaminating material on site. Protect top soil from
erosion by collection storage and reapplication of top soil, constructing
sediment basin, contour trenching, mulching etc.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 160

6 The barricading by sheets of the construction area shall be done as per


direction of Engineer in Charge to the required height (minimum 10 Meter) and
perimeter which shall not be payable extra to the contractor.
7 The contractor shall not change the natural gradient of the ground unless
specifically instructed by the architects/landscape consultant. This shall cover
all natural features like water bodies, drainage gullies, slopes, mounds,
depressions, rocky outcrops, etc. Existing drainage patterns through or into any
preservation area shall not be modified unless specifically directed by the
Landscape Architect/Architect/Engineer-in-charge.
8 The contractor shall not carry out any work which results in the blockage of
natural drainage.
9 The contractor shall ensure that existing grades of soil shall be maintained
around existing vegetation and lowering or raising the levels around the
vegetation is not allowed unless specifically directed by the landscape
architect/architect/engineer-in-charge
10 Contractor shall reduce pollution and land development impacts from
automobiles use during construction.
11 Overloading of trucks is unlawful and creates and erosion and sedimentation
problems, especially when loose materials like stone dust, excavated earth,
sand etc. are moved. Proper covering must take place. No overloading shall be
permitted.
B. CONSTRUCTION PHASE AND WORKER FACILITIES
1 The contractor shall specify and limit construction activity in pre-
planned/designated areas and shall start construction work after securing the
approval for the same from the Project Manager. This shall include areas of
construction, storage of materials, and material and personnel movement.
2 Preserve and Protect Landscape during Construction
3 The contractor shall ensure that no trees, existing or otherwise, shall be
harmed and damage to roots should be prevented during trenching, placing
backfill, driving or parking heavy equipment, dumping of trash, oil, paint, and
other materials detrimental to plant health. These activities should be
restricted to the areas outside of the canopy of the tree, or, from a safe
distance from the tree/plant by means of barricading. Trees will not be used for
support; their trunks shall not be damaged by cutting and carving or by nailing
posters, advertisements or other material. Lighting of fires or carrying out heat
or gas emitting construction activity within the ground, covered by canopy of
the tree is not to be permitted.
4 The contractor shall take steps to protect trees or saplings identified for
preservation within the construction site have to be protected using tree
guards as per Engineer in charge. Nothing extra shall be payable on this
account.
5 The contractor shall conserve existing natural areas and restore damaged areas
to provide habitat and promote biodiversity. Contractor should limit all
construction activity within the specified area as per the Construction
Management Plan (CMP) proposed by the architect / Landscape consultant. All
the existing trees should be preserved, if not possible than compensate the loss

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 161

by re-planting trees in the proportion of 1:3.


6 The contractor shall avoid cut and fill in the root zones, through delineating and
fencing the drip line (the spread limit of a canopy projected on the ground) of
all the trees or group of trees. Separate the zones of movement of heavy
equipment, parking, or excessive foot traffic from the fenced plant protection
zones.
7 Maintenance activities shall be performed as needed to ensure that the
vegetation remains healthy. The preserved vegetated area shall be inspected by
the Landscape Architect / Architect / Engineer-in-charge at regular intervals so
that they remain undisturbed. The date of inspection, type of maintenance or
restorative action followed shall be recorded in the logbook.
8 Contractor shall be required to develop and implement a waste management
plan, quantifying material diversion goals. He shall establish goals for diversion
from disposal in landfills and incinerators and adopt a construction waste
management plan to achieve these goals. A project-vide policy of “Nothing
leaves the Site” should be followed. In such a case when strictly followed, care
would automatically be taken in ordering and timing of materials such that
excess doesn’t become “waste”. The Contractor’s ingenuity is especially called
towards meeting GRIHA requirement. Consider recycling cardboard, metal,
brick, acoustical tile, concrete, plastic, clean wood, glass, gypsum wallboard,
carpet and insulation. Designate a specific area(s) on the construction site for
segregated or collection of recyclable material, and track recycling efforts
throughout the construction process. Identify construction haulers and
recyclers to handle the designated materials. Note that diversion may include
donation of materials to charitable organizations and salvage of materials on-
site.
9 Contractor shall collect all construction waste generated on site. Segregate
these wastes based on their utility and examine means of sending such waste
to manufacturing units which use them as raw material or other site which
require it for specific purpose. Typical construction debris could be broken
bricks, steel bars, broken tiles, spilled concrete and mortar etc.
10 The contractor shall comply with the safety procedures, norms and guidelines
(as applicable) as outlined in the document Part 7. Constructional practices and
safety, 2005, National Building code of India, Bureau of Indian Standards which
has safety measures for different construction activities.
11 The contractor shall provide clean drinking water for all workers.
12 The contractor shall provide the minimum level of sanitation and safety
facilities for the workers at site. The contractor shall ensure cleanliness of
workplace with regard to the disposal of waste and effluent; provide clean
drinking water and latrines and urinals as per applicable standard. Adequate
toilet facilities shall be provided for the workman within easy access of their
place of work. The total no. to be provided shall not be less than 1 per 30
employs in any one shift. Toilet facilities shall be provided from the start of
building operations, connection to a sewer shall be made as soon as
practicable. Every toilet shall be so constructed that the occupant is sheltered
from view and protected from the weather and falling objects. Toilet facilities

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 162

shall be maintained in a sanitary condition. A sufficient quantity of disinfectant


shall be provided. Natural or artificial illumination shall be provided.
13 The contractor shall ensure that air pollution due to dust/generators is kept to
a minimum, preventing any adverse effects on the workers and other people in
and around the site. The contractor shall ensure proper screening, covering
stockpiles, covering brick and loads of dusty materials, wheel-washing facility,
gravel pit, and water spraying. Contractor shall ensure the following activities
to prevent air pollution during construction:
a) Clear vegetation only from areas where work will start right away.
b) Vegetate / mulch areas where vehicles do not ply.
c) Apply gravel / landscaping rock to the areas where mulching / paving is
impractical
d) Identify roads on-site that would be used for vehicular traffic. Upgrade
vehicular roads (if these are unpaved) by increasing the surface strength
by improving particle size, shape and mineral types that make up the
surface & base. Add surface gravel to reduce source of dust emission. Limit
amount of fine particles (smaller than 0.075mm) to 10 – 20%
e) Water spray, through a simple hose for small projects, to keep dust under
control. Fine mists should be used to control fine particulate. However,
this should be done with care so as not to waste water. Heavy watering
can also create mud, which when tracked onto paved public roadways,
must be promptly removed. Also, there must be an adequate supply of
clean water nearby to ensure that spray nozzles don’t get plugged. Water
spraying can be done on:
 Any dusty materials before transferring, loading and unloading
 Area where demolition work is being carried out
 Any un-paved main haul road
 Areas where excavation or earth moving activities are to be carried
out
f) The contractor shall ensure that the speed of vehicles within the site is
limited to 10 km/hr.
g) All material storages should be adequately covered and contained so that
they are not exposed to situations where winds on site could lead to dust /
particulate emissions.
h) Spills of dirt or dusty materials will be cleaned up promptly so the spilled
material does not become a source of fugitive dust and also to prevent of
seepage of pollutant laden water into the ground aquifers. When cleaning
up the spill, ensure that the clean-up process does not generate additional
dust. Similarly, spilled concrete slurries or liquid wastes should be
contained / cleaned up immediately before they can infiltrate into the soil
/ ground or runoff in nearby areas.
i) Provide hoardings of not less than 3m high along the site boundary, next
to a road or other public area.
j) Provide dust screens, sheeting or netting to scaffold along the perimeter of
the building.
k) Cover stockpiles of dusty material with impervious sheeting.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 163

l) Cover dusty load on vehicles by impervious sheeting before they leave the
site
14 Contractor shall be required to provide an easily accessible area that serves the
entire building and is dedicated to the separation, collection and storage of
materials for recycling including (at a minimum) paper, corrugated cardboard,
glass, plastics, and metals. He shall coordinate the size and functionality of the
recycling areas with the anticipated collections services for glass, plastic, office
paper, newspaper, cardboard, and organic wastes to maximize the
effectiveness of the dedicated areas. Consider employing cardboard balers,
Aluminium can crushers, recycling chutes, and collection bins at individual
workstations to further enhance the recycling program.
15 The contractor shall ensure that no construction leach ate (Ex: cement slurry),
is allowed to percolate into the ground. Adequate precautions are to be taken
to safeguard against this including, reduction of wasteful curing processes,
collection, basic filtering and reuse. The contractor shall follow requisite
measures for collecting drainage water run-off from construction areas and
material storage sites and diverting water flow away from such polluted areas.
Temporary drainage channels, perimeter dike/swale, etc. shall be constructed
to carry the pollutant-laden water directly to the treatment device or facility
(municipal sewer line).
16 Staging (dividing a construction area into two or more areas to minimize the
area of soil that will be exposed at any given time) should be done to separate
undisturbed land from land disturbed by construction activity and material
storage.
17 Comply with the safety procedures, norms and guidelines (as applicable) as
outlined in the document Part 7 _Constructional practices and safety, 2005,
National Building code of India, Bureau of Indian Standards. A copy of all
pertinent regulations and notices concerning accidents, injury and first-aid shall
be prominently exhibited at the work site. Depending upon the scope & nature
of work, a person qualified in first-aid shall be available at work site to render
and direct first-aid to causalities. A telephone may be provided to first-aid
assistant with telephone numbers of the hospitals displayed. Complete reports
of all accidents and action taken thereon shall be forwarded to the competent
authorities.
18 Adopt additional best practices, prescribed norms as in Doc No. CED 46(6086),
July 2003: Draft National Building Code of India: Part 7 Constructional practices
and safety, issued by Bureau of Indian Standards
19 The storage of material shall be as per standard good practices as specified in
Part 7, Section 2 – Storage, Stacking and Handling practices, NBC 2005 and shall
be to the satisfaction of the Project Manager to ensure minimum wastage and
to prevent any misuse, damage, inconvenience or accident. Watch and ward of
the Contractor’s materials shall be his own responsibility. There should be a
proper planning of the layout for stacking and storage of different materials,
components and equipments with proper access and proper manoeuvrability of
the vehicles carrying the materials. While planning the layout, the requirements
of various materials, components and equipments at different stages of

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 164

construction shall be considered. The Owner shall not take any responsibility on
any account.
20 The contractor shall ensure the following activities for construction workers
safety, among other measures:
a) Guarding all parts of dangerous machinery.
b) Precautionary signs for working on machinery
c) Maintaining hoists and lifts, lifting machines, chains, ropes, and other
lifting tackles in good condition.
d) Durable and reusable formwork systems to replace timber formwork and
ensure that formwork where used is properly maintained.
e) Ensuring that walking surfaces or boards at height are of sound
construction and are provided with safety rails or belts.
f) Provide protective equipment; helmets etc.
g) Provide measures to prevent fires. Fire extinguishers and buckets of sand
to be provided in the fire-prone area and elsewhere.
h) Provide sufficient and suitable light for working during night time.
21 The contractor shall provide for adequate number of garbage bins around the
construction site and the workers facilities and will be responsible for the
proper utilisation of these bins for any solid waste generated during the
construction. The contractor shall ensure that the site and the workers facilities
are kept litter free. Separate bins should be provided for plastic, glass, metal,
biological and paper waste and labelled in both Hindi and English.
22 The contractor shall prepare and submit ‘Spill prevention and control plans’
before the start of construction, clearly stating measures to stop the source of
the spill, to contain the spill, to dispose the contaminated material and
hazardous wastes, and stating designation of personnel trained to prevent and
control spills. Hazardous wastes include pesticides, paints, cleaners, and
petroleum products.
23 Contractor shall collect the relevant material certificates for materials with high
recycled (both post-industrial and post-consumer) content.
24 Contractor shall collect the relevant material certificates for rapidly renewable
materials such as bamboo, wool, cotton insulation, Agrifiber, linoleum, wheat
board, strawboard and cork.
25 The contractor shall ensure that a flush out of all internal spaces is conducted
prior to handover. This shall comprise an opening of all doors and windows for
14 days to vent out any toxic fumes due to paints, varnishes, polishes, etc.
26 Contractor shall make efforts to reduce the quantity of indoor air contaminants
that are odorous or potentially irritating harmful to the comfort and well-being
of installer and building occupants. Contractor shall ensure that the VOC
(Volatile Organic Compounds) content of paints, coatings and primers used
must not exceed the VOC content limits mentioned below:
Paints
Non-flat - 150 g/L
Flat (Mat) - 50 g/L
Anti corrosive/ anti rust - 250 g/L
Coatings / Clear wood finishes

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 165

Varnish - 350 g/L


Lacquer - 550 g/L
Floor coatings - 100 g/L
Stains - 250 g/L
Sealers
Waterproofing sealer - 250 g/L
Sanding sealer - 275 g/L
Other sealers - 200 g/L
The VOC (Volatile Organic Compounds) content of adhesives and sealants used
must be less than VOC content limits mentioned:
Architectural Applications VOC Limit(g/l less water)
Indoor Carpet adhesives - 50
Pad Adhesives - 50
Wood Flooring Adhesive - 100
Floor Adhesives - 60
Sub Floor Adhesives - 50
Ceramic Tile Adhesives - 65
VCT and Asphalt Tile adhesives - 50
Dry Wall and Panel Adhesives - 50
Structural Glazing Adhesives - 100
Multipurpose Construction Adhesives-70
Substrate Specific Application VOC Limit (g/l less
water)Metal to Metal - 30
Plastic Foams - 50
Porous material (except wood) - 50
Wood - 30
Fibre Glass – 80
27 Wherever required, Contractor shall meet and carry out documentation of all
activities on site, supplementation of information, and submittals in accordance
with GRIHA program standards and guidelines. Towards meeting the
aforementioned building environmental rating standard(s) expert assistance
shall be provided to him up on request.
28 Contractor shall provide quantities, manufacturers data, O&M manuals, and
Certificates required from manufacturer in accordance with GRIHA program
requirement for all equipments and materials.
29 Water Use during Construction
Contractor should spray curing water on concrete structure and shall not allow
free flow of water. After liberal curing on the first day, all the concrete
structures should be painted with curing chemical to save water which shall be
paid separately. Areas on which the curing compound is to be used shall be
decided by Engineer-in-Charge (as on some areas water may also be used for
curing) for water curing /curing compound nothing shall be paid extra.
Concrete structures should be kept covered with thick cloth/gunny bags and
water should be sprayed on them. Contractor shall do water ponding on all
sunken slabs using cement and sand mortar.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 166

30 The Contractor shall remove from site all rubbish and debris generated by the
Works and keep Works clean and tidy throughout the Contract Period. All the
serviceable and non-serviceable (malba) material shall be segregated and
stored separately. The malba obtained during construction shall be collected in
well formed heaps at properly selected places, keeping in a view safe condition
for workmen in the area. Materials which are likely to cause dust nuisance or
undue environmental pollution in any other way, shall be removed from the
site at the earliest in the campus elsewhere and nothing extra shall be paid for
cartage within the campus and till then they shall be suitable covered. Glass &
steel should be dumped or buried separately to prevent injury. The work of
removal of debris should be carried out during day. In case of poor visibility
artificial light may be provided. Debris shall be disposed in the campus within a
lead of 2 kms. by digging a well and properly covering the same with soil.
Nothing extra shall be paid for this.
C. MATERIALS & FIXTURES FOR THE PROJECT
1 All materials sourced specifically for construction at this project, shall be strictly
sourced preferably within a distance of 1000 km radius from the project site.
Contractor shall collect the relevant material certificates to prove the same.
a) Any material that is to be sourced from outside the prescribed radius
shall be done after securing the necessary approval from the Project
Manager.
b) As a measure to reduce wastage and water consumption during
construction, the contractor shall source or set up the infrastructure for a
batch mix concrete.
c) The contractor shall ensure that all paints, polishes, adhesives and
sealants used both internally and externally, on any surface, shall be Low
VOC products. The contractor shall get prior approval from the Architects
and the Project Manager before the application of any such material.
d) All plumbing and sanitary fixtures installed shall be as per the
prescription of the Engineer-in-Charge and shall adhere to the minimum
LPM and LPF mentioned.

e) The contractor shall employ 100% zero ODP (ozone depletion potential)
insulation; HCFC (hydro-chlorofluorocarbon)/ and CFC
(chlorofluorocarbon) free HVAC and refrigeration equipments and/halon-
free fire suppression and fire extinguishing systems.
f) The contractor shall ensure that all composite wood products/agro-fibre
products used for cabinet work, etc do not contain any added urea
formaldehyde resin.
D. RESOURCES CONSUMED DURING CONSTRUCTION
a) The contractor shall ensure that the least amount of water and electricity
is wasted during construction. The Project Manager can bring to the
attention any such wastage and the contractor will have to ensure that
such bad practices are corrected.
b) The contractor shall install necessary meters and measuring devices to
record the consumption of water, electricity and diesel on a monthly

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 167

basis for the entire tenure of the project.


c) The contractor shall ensure that all run-off water from the site, during
construction is collected and reused to the maximum.
d) The contractor shall use treated recycled water of appropriate quality
standards for construction, if available.
e) No lights shall be turned on during the period between 6:00 AM to 6:00
PM, without the permission of the Project Manager.
f) The contractor is encouraged to use bio-diesel in place of petroleum
diesel for the running of generators during construction.
E. CONSTRUCTION WASTE
a) Contractor shall ensure that wastage of construction material is kept to a
maximum of 3%.
b) All construction debris generated during construction shall be carefully
segregated and stored in a demarcated waste yard. Clear, identifiable
areas shall be provided for each waste type. Employ measures to
segregate the waste on site into inert, chemical, or hazardous wastes.
c) No construction debris shall be taken away from the site, without the
prior approval of the Project Manager.
d) The contractor shall recycle the unused chemical/hazardous wastes such
as oil, paint, batteries, and asbestos.
e) If and when construction debris is taken out of the site, after prior
permissions from the Project Manager, then the contractor shall ensure
the safe disposal of all wastes and will only dispose of any such
construction waste in approved dumping sites.
f) Inert waste to be disposed off by Municipal Corporation/ local bodies at
landfill sites.
g) The facility for cleaning the tyres of trucks/ dumpers carting the material
shall be provided at the entry points and sedimentation trap shall be
made. Nothing shall be extra payable on this account.
F. DOCUMENTATION
a) The contractor shall, during the entire tenure of the construction phase,
submit the following records to the Engineer- in -charge on a monthly
basis:
i) Water consumption in litres
ii) Electricity consumption in ‘kwh’ units
iii) Diesel consumption in litres
iv) Quantum of waste generated at site and the segregated waste types
divided into inert, chemical and hazardous wastes.
v) Digital photo documentation to demonstrate compliance of safety
guidelines as specified here and in the Appendix on Safety
Conditions.
b) The contractor shall, during the entire tenure of the construction phase,
submit the following records to the Engineer- in- charge on a weekly basis:
i) Quantities of material brought into the site, including the material
issued to the contractor by the client.
ii) Quantities of construction debris (if at all) taken out of the site

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 168

iii)Digital photographs of the works at site, the workers facilities, the


waste and other material storage yards, pre-fabrication and block
making works, etc as guided by the Project Manager
c) The contractor shall submit one document after construction of the
buildings, a brief description along with photographic records to show that
other areas have not been disrupted during construction. The document
should also include brief explanation and photographic records to show
erosion and sedimentation control measures adopted. (Document CAD
drawing showing site plan details of existing vegetation, existing buildings,
existing slopes and site drainage pattern, staging and spill prevention
measures, erosion and sedimentation control measures and measures
adopted for top soil preservation during construction.
d) The contractor shall submit to the Engineer- in- charge after construction
of the buildings, a detailed as built quantification of the following:
i) Total materials used,
ii) Total top soil stacked and total reused
iii) Total earth excavated,
iv) Total waste generated,
v) Total waste reused,
vi) Total water used,
vii) Total electricity, and
viii) Total diesel consumed.
e) The contractor shall submit to the Engineer- in- charge, As built drawings
after construction of the buildings in detail.

f) The contractor shall submit to the Project Manager, before the start of
construction, a site plan along with a narrative to demarcate areas on site
from which top soil has to be gathered, designate area where it will be
stored, measures adopted for top soil preservation and indicate areas
where it will be reapplied after construction is complete.
g) The contractor shall submit to the Engineer- in- charge, a detailed
narrative (not more than 250 words) on provision for safe drinking water
and sanitation facility for construction workers and site personnel.
h) The contractor shall, at the end of construction of the buildings, submit to
the Project Manager, submit information, for all material brought to site
for construction purposes, including manufacturer’s certifications,
verifying information, and test data, where Specifications sections require
data relating to environmental issues.
i) Suppliers’ invoice detailing the quantities of certified wood products for
project;

j) Certifications from manufacturers of Low VOC paints, adhesives, sealant


and polishes used at this particular project site.
k) Certification from manufacturers of composite wood products/agro fibre
products on the absence of added urea formaldehyde resin in the products
supplied to them to this particular site.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 169

l) Provide total support to the Architects / Engineer- in- charge/ Green


Building Consultants appointed by the owner in completing all Green
Building Rating related formalities, including signing of forms, providing
signed letters in the contractor’s letterhead.

G. EQUIPMENT
a) To ensure energy efficiency during and post construction all pumps,
motors and engines used during construction or installed, shall be subject
to approval and as per the specifications of the architects.
b) All lighting installed by the contractor around the site and at the labour
quarters during construction shall be CFL bulbs of the appropriate
illumination levels. This condition is a must, unless specifically prescribed.
The contractor is expected to go through all other conditions of the GRIHA
LD rating stipulations, which can be provided to him by the architects.
Failure to adhere to any of the above mentioned items, without necessary
clearances from the Engineer-in- Charge, shall be deemed as a violation of
contract and the contractor shall be held liable for penalty as determined
by the Engineer-in- Charge .

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 170

QUALITY ASSURANCE

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 171

Quality Assurance
1. The proposed building is a prestigious project and quality of work is of paramount
importance. EPC Contractor shall have to engage well-experienced skilled labour and
deploy modern T&P and other equipment to execute the work. Many items like
specialised water proofing solution, Polysulphide sealant and backer rod fixing in
expansion joints, factory made door- window shutters, proper slope maintaining in
toilet units, sanitary- water supply installation, textured finishing, water proofing
treatment will specially require engagement of skilled workers having experience
particularly in execution of such items.

2. The contractor shall ensure quality control measures on different aspects of


construction including materials, workmanship and correct construction
methodologies to be adopted.
3. The EPC Contractor shall ensure quality construction in a planned and time bound
manner. Any sub-standard material / work beyond set out tolerance limit shall be
summarily rejected by the Engineer-in-charge & EPC Contractor shall be bound to
replace / remove such sub-standard / defective work immediately. If any material,
even though approved by Engineer-In-Charge is found defective or not conforming to
specifications shall be replaced / removed by the EPC Contractor at his own risk &
cost.
4. The contractor shall get the source of various raw materials namely
aggregate, cement, sand, steel, water etc. to be used on the work, approved
from the Engineer-in-Charge and trial mixes for controlled concrete shall be
done using the approved materials. The contractor shall stick to the
approved source unless it is absolutely unavoidable. Any change shall be
done with the prior approval of the Engineer-in-Charge for which tests etc. shall
be done by the contractor at his own cost
5. The EPC Contractor shall submit, immediately after the award of work a detailed and
complete method statement for the execution, testing and Quality Assurance
Plan/procedures for basic materials and such items, to be followed during the
execution of the work, for approval of the Engineer-in-Charge. The 'Methods
statement' is a statement by which the construction procedures for any activity of
construction are formulated and stated in chronological order. The 'Methods
statement', should have a description of the item with elaborate procedures in steps
to implement the same, the specifications of the materials involved, their testing and
acceptance criteria, equipment to be used, Precautions to be taken, steps of
measurement, etc. Further a recovery of Rs. 2000/- shall be made on per day basis in
case of delay in submission of the above programme.
a. EPC Contractor shall submit minimum “Quality Assurance” plan within 45 days
after award of work which shall be consisting of:
b. Lot size, number of required tests and frequency of testing. While deciding these
criteria CPWD Specifications & Provisions of BIS Code and Standard Practices may
be referred. Volume of work, Practical Difficulties and Site Conditions etc. may

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 172

also be kept in view. The lot size, number of tests and frequencies of testing can
be altered or modified by the Engineer-in-charge from the prescribed limits.
c. It should clearly indicate the Machinery and other Tool & Plants required to be
deployed at site by the EPC Contractor. Entire Machinery and T&P may not be
required at the start of work, therefore, a proper time schedule by which each
Machinery & T&P is to be brought at site should also be indicated.
d. Receipt of Material, testing of the same & Maintenance of Register of Tests.
e. All the registers of tests carried out at Construction Site or in outside laboratories
shall be maintained by the EPC Contractor. Which may be inspected by Engineer-
in-charge or his/her designee at any point of time.
6. In addition to the supervision of work by CPWD engineers, the Consultants deployed
by the CPWD shall also be carrying out regular and periodic inspection of the ongoing
activities in the work and deficiencies, shortcomings, inferior workmanship pointed
out by them shall be communicated by CPWD to the EPC Contractor. Upon receipt of
instructions from Engineer in Charge these are also to be made good by
necessary improvement, rectification, replacement upto his complete satisfaction.
Special attention shall be paid towards line and level of internal and external
plastering, exposed smooth surface of RCC members by providing fresh shuttering
plates, rubberized linings to all the shuttering joints, accurate joinery work in doors
and windows, thinnest joints in stone/ tiling / cladding work, non-hollowness in floor
and dado tiles work, protection of scratches over flooring by impounding layer of
plaster of Paris, water tight pipe linings, absence of hollow vertical joints in masonry,
proper compaction of filled up earth etc. to achieve standards and up keeping of
quality assurance shall be of paramount importance, as such the contractor shall
depute quality control engineer, exclusively for enforcement quality in work. For
other staff to be deployed for quality assurance, the agency may refer clause 32
under Schedule ‘F’.

7. Similarly, the contractor shall submit brand/make of various materials to be used for
the approval of the Engineer-in-Charge along with samples and once approved, he
shall stick to it. Any change will have to be got approved from engineer in charge in
advance.

8. The contractor shall submit shop drawings of staging and shuttering arrangement,
stone cladding and other works including mock work as desired by Engineer-in-
Charge for his approval before execution. The contractor shall also submit bar
bending schedule for approval of Engineer-in-Charge before execution.
9. All the specialized works shall be got executed through the specialized agencies. The
eligibility criteria for the specialized agencies or associate agencies are already given
in the bid document.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 173

SAMPLES FOR TESTING:-

1. The EPC Contractor shall procure and provide all the materials from the
manufacturers / suppliers as per the list attached with the tender documents, as per
the item description and particular specifications for the work. The equivalent brand
for any item shall be permitted to be used in the work, only when the specified make
is not available. This is, however, subject to documentary evidence produced by the
contactor for non-availability of the brand specified and also subject to independent
verification by the Engineer-in-Charge. In exceptional cases, where such approval is
required, the decision of Engineer-in-Charge as regards equivalent make of the
material shall be final and binding on the EPC Contractor. No claim, whatsoever, of
any kind shall be entertained from the EPC Contractor on this account. Nothing extra
shall be payable on this account. Also, the material shall be procured only after
written approval of the Engineer-in-Charge.
2. All materials whether obtained from stores or otherwise shall be got checked by the
Engineer-in-Charge or his authorized supervisory staff on receipt of the same at site
before use.
3. The EPC Contractor or his authorized representative shall associate in collection,
preparation, forwarding and testing of such samples. In case he or his authorized
representative is not present or does not associate him, the result of such tests and
consequences thereon shall be binding on the EPC Contractor. The EPC Contractor or
his authorized representative shall remain in contact with the Engineer-in–Charge or
his authorized representative associated for all such operations. No claim of payment
or claim of any other kind, whatsoever, shall be entertained from the EPC Contractor.
4. The EPC Contractor shall at his own risk and cost make all arrangements and shall
provide all such facilities including material and labour, the Engineer-in-Charge may
require for collecting, preparing, forwarding the required number of samples for
testing as per the frequency of test stipulated in the contract specifications or as
considered necessary by the Engineer-in-Charge, at such time and to such places, as
directed by the Engineer-in-Charge. Nothing extra shall be payable for the above.
Samples of all materials required for testing is included in the cost of work.
5. All materials and fittings brought by the EPC Contractor to the site for use shall
conform to the samples approved by the Engineer-in-charge which shall be preserved
till the completion of the work. Wherever brand / quality of material are not specified
in the item of work, the EPC Contractor shall submit the samples as per suggested list
of brand names given in the tender document / particular specifications for approval
of Engineer-In-Charge. For all other items, materials and fittings of ISI Marked shall be
used with the approval of Engineer-In-Charge. Wherever ISI Marked material /
fittings are not available, the EPC Contractor shall submit samples of materials /
fittings manufactured by firms of repute conforming to relevant specifications or IS
codes and use the same only after getting the approval of Engineer-In-Charge.
6. If the EPC Contractor does not provide adequate supporting staff or labour or both for
carrying out field tests or collecting and forwarding samples to outside laboratory or
for maintaining test records, Engineer in charge may carry out field tests or collect
and forward sample to outside laboratory or appoint any person to maintain the
registers at risk and cost of EPC Contractor. The charges so incurred shall be entirely

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 174

borne by EPC Contractor and shall be deducted from Running or final bill of EPC
Contractor. Further, recovery of Rs. 2000/- for each default shall be levied to EPC
Contractor.

7. All samples of materials, at construction site or in outside laboratories (in the


factory of precast elements manufacturing), including cement concrete cubes
shall be taken jointly with contractor by JE and out of this at least 50%
samples shall be taken in presence of AE in charge. If there is no JE, all samples
of materials including cement concrete cubes shall be taken by AE jointly with
contractor. All the necessary assistance shall be provided by the contractor.
Cost of sampling & testing are to be borne by the contractor and he shall be
responsible for safe custody of samples to be tested at site/ outside laboratory.
8. Samples of all materials required for testing is included in the cost of work.
Similarly All expenditure f o r testing in house or through external lab shall be
borne by the contractor.
9. If any load testing or special testing is to be done for any sample whose
strength is doubtful, the cost of the same shall also be borne by the contractor.
10. In case there is any discrepancy in frequency of testing as given in list of
mandatory tests and that in individual sub-heads of work as per CPWD
Specifications, higher of the two frequencies of testing shall be followed.
11. The contractor has to establish field laboratory at site as specified in CPWD
Specifications and as per “List of Site Laboratory And Testing Of Materials
Equipment” including all necessary equipment for field tests at his own cost
within one month from the award of work.
12. The contractor should submit for approval of Engineer-in-Charge shop drawings
and samples of the work to be performed under the specified items of work
before actually commencing the mass execution of the work under the item.
For this they will prepare a sample room / quarters and toilet blocks for
each type of building for approval of Engineer-in-charge of work. Nothing
extra shall be payable on this account.
13. BIS marked materials except otherwise specified shall be subjected to quality
test at the discretion of the Engineer-in-Charge besides testing of other
materials as per the specifications described for the item/material.
Wherever BIS marked materials are brought to the site of work, the
contractor shall, if required, by the Engineer-in-Charge furnish manufacturer’s
test certificate or test certificate from approved testing laboratory to establish
that the material / procured by the contractor for incorporation in the work
satisfies the provisions of specifications/BIS codes relevant to the material
and / or the work done.
14. For certain items, if frequency of tests not mentioned in the CPWD Specifications,
then relevant IS code shall be followed and tests shall be carried out as per
the frequency specified therein.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 175

15. The contractor shall be fully responsible for the safe custody of materials
brought by him/issued to him even though the materials may be under double
lock and key system.
16. The contractor shall procure the required materials in advance so that there
is sufficient time for testing of the materials and approval of the same before
use in the work. The contractor shall provide at his own cost suitable weighing
and measuring arrangements at site for checking the weight / dimensions as
may be necessary for execution of work. The sealed samples are to be handed
over to the testing lab by contractor in the presence of Junior
Engineer/Assistant Engineer-in-Charge of work.
17. Malba, rubbish & other waste materials shall be reused at site as directed by
Engineer-in- Charge or disposed off to recycling agents. No deduction on this
account shall be made from the agency as well as no extra payment will be
made to agency if it is disposed at pre- defined location within the campus.

Maintenance of Register of Tests

1. All the registers of tests carried out at Construction Site or in outside laboratories (in
factory of precast elements manufacturing) and all material at site (MAS) registers
including cement register shall be maintained by the EPC Contractor as per mention in
this documents shall be issued to the EPC Contractor by Engineer-in-charge. All the
entries in the registers will be made by the designated Engineering Staff of the EPC
Contractor and same should be regularly reviewed by AE/AEE/EE. EPC Contractor
shall be responsible for safe custody of all the registers.
2. All the registers of tests carried out at construction site or in outside
laboratories (in the factory of precast elements manufacturing) shall be
maintained by the contractor which shall be issued to the contractor by
Engineer-in- Charge in the same manner as being issued to CPWD field staff.
Contractor shall be responsible for safe custody of all the test registers.
3. Submission of copy of all test registers, Material at Site Register and hindrance
register along with each alternate Running Account Bill and Final Bill shall be
mandatory.

Maintenance of Material at Site (MAS) Register-

1. All material received at site shall be entered in MAS Register and copy of Supply
order, MTC & Bill-invoice shall be maintained in order.
2. The MAS Registers including Cement and Steel Registers shall be maintained by a
qualified staff of EPC Contractor which may be inspected by Engineer-in-charge or
his/her designee at any time. The daily report of receipt of material shall be sent to
Engineer-in-charge or his/her designee.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 176

TESTING:

1. A site laboratory with the minimum equipment as specified in Schedule F of the bid
document shall be established by the EPC Contractor, made functional and
maintained within Three months from the award of work without any extra cost to
the department. All the relevant and applicable standards and specifications shall be
made available of the EPC Contractor at his own cost in the field laboratory.
2. All the test in field lab setup at Construction Site shall be carried out by the Quality
control team to be engaged by the EPC Contractor which can be witnessed by
Engineer-in-charge or his/her designate. A daily report of Tests to be conducted on a
day shall be submitted to Engineer-in-charge or his/her designee.
3. All the materials to be used in the work, to give the finished work complete in all
respects, shall comply with the requirements of the specifications and shall pass all
the tests required as per specifications as applicable or such specifications / standards
as directed by the Engineer-in-Charge.
4. As and when any important item is taken up for execution, the EPC Contractor shall
submit the specifications and develop a checklist and Pour card. This sample checklist
should be got approved from the Engineer-in-charge and should be used at site. This
check list should be shown to the Engineer-in-charge or his/her designee during
inspection. This procedure is to be followed for all hidden items, CC/RCC work, Steel-
reinforcement, shuttering, cast-in-situ mosaic flooring, doors & windows, plumbing,
including water supply pipe lines, roof treatment, earth filling etc.
5. The tests, as necessary, shall be conducted in the laboratory of any Govt. Engineering
Colleges or Institutes like IITs, NITs, or State / Central funded laboratories. The
samples shall be taken for carrying out all or any of the tests stipulated in the
particular specifications and as directed by the Engineer-in-Charge or his authorized
representative.
6. All the tests in field lab at construction site or in outside laboratories (in the
factory of precast elements manufacturing) shall be carried out by the
Engineering staff deployed by the contractor and shall be 100% witnessed by
JE and 50% of tests shall be witnessed by AE –in-Charge. At least 10% of the tests
are to be witnessed by the Executive Engineer.
7. All the testing charges shall be borne by the EPC Contractor and nothing extra shall
be admissible and entertained by the Department.
8. All the hidden items such as water supply lines, drainage pipes, electrical conduits,
sewers etc. are to be properly tested as per the design conditions before covering.
9. The EPC Contractor shall give performance test of the entire installation(s) as per the
standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the EPC Contractor for the test.
10. The EPC Contractor shall arrange electricity at his own cost for testing of the various
electrical installations as directed by Engineer-in-Charge and for the consumption by
the EPC Contractor for executing the work. Also all the water required for testing
various electrical installations, fire pumps, wet riser / fire fighting equipment’s, fire

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 177

sprinklers etc. and also testing water supply, sanitary and drainage lines, water
proofing of underground sump, overhead tanks, water proofing treatment etc. shall
be arranged by the EPC Contractor at his own cost and inclusive in the quoted rate by
EPC contractor. Nothing extra shall be payable on this account.
11. In case there is any discrepancy in frequency of testing as given in list of mandatory
tests and that in individual sub-heads of work as per CPWD Specifications, higher of
the two frequencies of testing shall be followed and nothing extra shall be payable on
this account.

Miscellaneous:
1. The EPC Contractor shall make available, on request from the Department, the copies
of challan, cash memos, receipts and other certificates, if any, vouchers towards the
quantity and quality of various materials procured for the work. The EPC Contractor
shall also provide information and necessary documentation on the name of the
manufacturer, manufacturer's product identification, manufacturer's instructions,
warning, date of manufacturing and test certificates (from manufacturers for the
product for each consignment delivered at site), shelf life, if any etc., for the
department to ensure that the material have been procured from the approved
source and is of the approved quality, as directed by the Engineer-in-Charge.
Wherever specified, day-to-day account of receipt of such material shall be
maintained at site of work.

2. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should conform to CPWD Specifications. The EPC Contractor should engage licensed
plumbers for the work and get the materials (fixtures/fittings) tested by the Municipal
Body/Corporation authorities, wherever required, at his own cost. Nothing extra shall
be paid on this account.

3. The EPC Contractor shall maintain all the work in good condition till the completion of
entire work. The EPC Contractor shall be responsible for and shall make good, all
damages and repairs, rendered necessary due to fire, rain, traffic, floods or any other
causes. The Engineer-in-Charge shall not be responsible for any claims for injuries to
person/workmen or for structural damage to property happening from any neglect,
default, want of proper care or misconduct on the part of the EPC Contractor or of
any other of his representatives, in his employment during the execution of the work.
The compensation, if any, shall be paid directly to the Department / authority /
persons concerned, by the EPC Contractor at his own cost. Nothing extra shall be paid
on this account.

4. The EPC Contractor shall render all help and assistance in documenting the total
sequence of this project by way of photography, slides, audio-video recording etc.
nothing extra shall be payable to the EPC Contractor on this account.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 178

5. Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories
should conform to approved manufacturers specifications where CPWD Specifications
are not applicable. The contractor should get the materials (fixtures/fittings) tested
from approved labs wherever required at his own cost. The contractor shall submit
for the approval of the Engineer-in-Charge, the name of the plumbing agency (along
with their working experience in recent past) proposed to be engaged by him.

6. The contractor shall give performance test of the entire installation(s) as per the
standing specifications before the work is finally accepted and nothing extra
whatsoever shall be payable to the contractor for the test.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 179

PREFERRED MAKE OF MATERIALS


(FOR CIVIL WORKS)
NOTE: -

A List of Preferred Brand Names of Various Materials / Products are shown below for usage
in execution of Work. However, Approved equivalent material of any other Specialized
Companies / Firms may also be used , in case it is established that the Brands Specified
below are not available in the market and subject to Approval of the alternate Brand by the
Engineer In charge.

It must be ensured, in general, that all materials to be used in the works shall bear BIS
Certification mark. In cases where for a particular material/product, BIS Certification Mark
is not available, then the material proposed to be procured can be used subject to the
condition that it should conform to CPWD Specifications and relevant BIS codes. In such
cases written approval of the Engineer-in -Charge shall be obtained before use of such
material in their works.

The list given below does not absolve the Executing Agency from their responsibility for
using these products. It is only after, they are satisfied about the quality and performance,
and the products shall be used. To achieve this, proper check on the quality of the product,
actually to be used, should be exercised.

List of Preferred materials for (Civil) as approved by competent authority.


Sl. Material
Material Description
No. Brand Makes *
A B Dinesh A B Dinesh
Areocon HIL
Bilt Bilt
Ecorex Ecorex
Fastbuilt Fastbuilt
Kncrete Koncrete
1 AAC Blocks NCL NCL VEKA Ltd.
Nucon Green Way building materials
India Pvt. Ltd.
Renacon Renaatus Procon Pvt. Ltd.
Ultratech “XTRALITE” M/s. Ultratech Cements Ltd.
Siporex SIPOREX
Xtralite Ultra Tech Cement Ltd
Anutone Anutone Acoustics Ltd.
Himalyan Accoustics Himalyan Accoustics
Kanuf Knauf Gypsum India Pvt. Ltd.
2 Acoustic Insulation
Lloyd Insulation Lloyd Insulation (India) Ltd.
Saint Gobain Gyproc Saint Gobain Gyproc India
Twingerinsul U.P. Twiga fiber glass ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 180

Ardex endure Ardex endure


Bitumat Co Ltd Bitumat Co Ltd
Actativ polypropylene Ferrous crete Ferrous Crete ( India ) Pvt Ltd
3 (APP) Modified water
Hydrotech ltd Hydrotech ltd
proof membrane
Pidilite Pidilite industries
STP Shalimar tar products
Asian Tractor Premium Asian paint
emulsion
4 Acrylic emulsion Berger (BISM) Berger Paints
Dulux (Super Cover) ICI Dulux
Nerolac (Beauty Gold) Nerolac
Apex (ACE) Asian Paints
Berger Berger
Acrylic smooth exterior
5 Dulux ICI duLux
paint
Nerolac Nerolac
Nippon Nippon
SURFA M/s.Surfa Coats (India) Pvt. Ltd.,
6 Acrylic Distemperm
Bangalore.
Apex Duracast Asian Paints
Asian paints Asian Paints
7 Acrylic textured plaster Heritage Heritage Rajkamal Group
Nerolac Nerolac
Spectrum paints Spectrum paints Ltd.
Akzonobel Akzonobel
Asian paints Asian paints
8 Acrylic exterior Texture Berger Berger paints India ltd
Ebco Ebco
Nerolac Nerolac paints Ltd.
Asian Paints Asian Paints
CICO CICO Industries
Dunlop India Tyre & Rubber Co (India)
Ltd.
9 Adhesive Finical Pidilite Industries
Proofex of Adhesive FOSROC India
Sika Sika India Pvt. Ltd
Vamorganic Vamorqanic Ltd.
Ardex Endura/Gold star Ardex Endura
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd
Adhesive for AAC
10 Tile Adhesive Plus Berger Paints
Block/Tiles
Ultra tech Ultra tech cement ltd

Cool grills Cool grills, Pune


11 Air transfer grills
Systemair India Systemair India Pvt Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 181

Kartar Kartar valves private Ltd.


12 Air release valve Kirloskar Kirloskar brothers Ltd.,
RBM AFS Ltd
Bhoruka Bhoruka Aluminium Ltd.,
Hindalco Hindalco Industries Ltd..
Aluminium Hydro Hydro Extrusion
13 doors/windows INDAL Indian Aluminium Ltd.,
sections Jindal Jindal Aluminium Ltd ,
Omalco Extrusion Omalco Extrusion Pvt Ltd.
Padmavati Exrusion Padmavath Extrusion Private Ltd.
Bhoruka Bhoruka Aluminium Ltd.,
Define Define Overseas Pvt. Ltd.
Aluminium system/ Everite Everite Agencies
Anodised Aluninium Hardima Hardima sales corporation
14
fittings for Jyothi Jyothi industries
doors/windows Kawneer Kawnear India
Schueco Schueco India Pvt. Ltd.,
Sigma Sigma Corporation
Alpolic Alpolic
Alstone Alstone
Alstrong Alstrong
Alex panel M/s Alex Panels
Aluminium composite Alucobond 3A composites India Pvt Ltd.
15
panels Aludecor M/S Aludecor lamination Pvt ltd.
Eurobond M/S Euro panel products Pvt ltd.
Eurobond Eurobond pvt Ltd.
Hynadecor Hynadecor
Reynobond Reynobond
MFE (MIVAN) (MIVAN)
16 Aluminium framework MFS MFS
S-form S-form
Anchor Anchor Ltd.
BOSCH BOSCH Ltd.
Canon Canon
Fischer Fischer India
Anchor/ SS Stone Helfen Helfen Gmbh
17 Cladding Clamps/ Hilti Hilti India Pvt. Ltd.
Dash fasteners
Nutech Nutech Concrete Products Pvt. Ltd.
Trixel Axel India Pvt. Ltd.

Wurth Wuerth India Pvt. Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 182

Bergar Berger paints India Ltd


Anti corrosive bit mastic
18 Bituminous black Asian Paints
paint
Shalimar Shalimar paints India Ltd.
Alu Alpha Alu Alpha India
Dorma Dorma India Pvt. Ltd.
Butt Hinges openable Dorset Dorset Industries Pvt. Ltd.
19
window shutters Earit Bihari Earit Bihari India Pvt. Ltd.
Hafela Hafele India Pvt. Ltd.
Helix Helix India
AMITEX AMITEX Enterprises, Delhi.
Eco green Flooring Jupiter Traders Bangalore.
Epitome Bamboo wood Mutha Industries Pvt.,Ltd.,
Bamboo Wood Flooring Products Mumbai.
20
and wall paneling. Floor India Flooring India Company, Panipat,
Haryana.
FLOSTO Tanks Devi Polymer Pvt.,Ltd., Chennai.
VIVANTA VIVANTA Enterprises, Mumbai.
Ambuja Cement Ambuja Cements Ltd.
ACC ACC Cements Ltd
Bharathi Bharathi Cement Corporation Ltd.
Birla Birla Corporation Ltd
Century Cement Birla Gold Cement
Chettinad Chettinad Cements Corporation
Ltd
Coromandal India Cements Ltd.
Dalmia Dalmia Cement Bharat Ltd.
Jaypee Cement Jaypee Cement Ltd
J.K. Cement J.K. Cement Pvt. Ltd.
Konark Cement Konark Cement
Cement Maha Cement Myhome Industries Pvt. Ltd.
21
OPC / PPC
Penna Cement Penna Cement Industries Ltd.
Ramco Ramco
Shree Cement Shree Cement
Ultra Tech Ultra Tech Cement Ltd
Zuari Zuari Cement Limited
Nagarjuna Cement M/s. NCL Industries Ltd,
Secunderabad.
SAGAR CEMENTS M/s.Sagar Cements Limited,
Hyderabad.
NU VISTA / INFRACEM M/s. NU VISTA Ltd., (Formerly
M/s. Emami Cements Limited),
Bhubaneswar.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 183

Dazzle Dazzle Designer tiles Pvt Ltd


Eurocon Eurocon tiles india
Hindustan tiles Hindustan tiles, Ranchi Pune
NTC NTC Parking tiles
Cement Concrete
22 NITCO NITCO Ltd
Parking Tiles
Poddar Poddar Udyog
Ultra Ultra tile private Ltd
CEMTECH M/s. Cemtech Tiles, Uppal,
Hyderabad.
Altek NCL Alltek & seccold Ltd.
Ardex Endura Ardex Endura India Pvt. Ltd.
Asian paints Asian paints Ltd
Cement based wall
23 Berger Berger
putty
Birla Wall Care Birla Cements Ltd.,
Ferrous Crete Ferrous Crete (India) Pvt. Ltd
J.K wall putty J.K. Cement Ltd
Bison Bison Group
24 Cement Board
Everest Everest Techno polis
Asian paints Asian Paints
25 Cement Primer Berger Berger paints India Ltd.
JK Primaxx JK Cement Ltd
Kapilansh Kapilansh Dhattu Udyog (P) Ltd.
NECO Jayaswal NECO Ltd.
Centrifugal Hubless Raj (RPMF) Raj Pattern Makers and Founders
26 Cast Iron Pipe & Pvt.,Ltd.
Fittings SKF Singhaliorn Foundary Pvt.,Ltd.
BIC M/s. Bengal Iron Corporation,
Kolkata.
Electrosteel Electrosteel castings Ltd.
Jindal Jindal saw Ltd.
Centrifugally (Spun)
27 Kesoram Kesoram Industries ltd.
cast Iran
Lanco / Sripipes Electrosteel castings Ltd.

Bengal Iron Corporation Bengal Iron Corporation

HEPCO HEPCO
Kapilash Kapilash Dhatu Udyog (P) Ltd.
Centrifugally Caste
28
(Spun) Iron Soil Pipe Neco Jayaswal Neco Ltd

RPMF Raj Pattern Makers and Founders


Pvt. Ltd
SKF SKF industries

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 184

BASF BASF India Ltd.


Dr. Fixit Pidilite industries
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Fosroc Fosroc India
Latex shield 2K/Tank Berger Paints Ltd.
Chemical water
29 shield PW
proofing system
MC- Bauchemie MC- Bauchemie India Ltd.
Perma construction Aid Perma construction Aid Pvt Ltd
Sika Sika India
Smart Care Asian Paints Ltd.
Sunanda speciality coating Sunanda speciality coating Pvt Ltd.
DURSBANTCT DE-NOCIL Ltd.
HILBAN Hindustan Insecticides Ltd.
NOBAN Chemtts Wets & Flows Pvt. Ltd
30 Chloropyriphos PIRAMID AMVAC AGRI RASAYAN Pvt.
Ltd.
Premise Agenda Bayer Ltd.
Sarups Pest Control Sarups Pest Control Ltd.
BURN BURN
IVS Indian Valves Private Ltd.
Kartar Kartar valves private Ltd. ,
CI double flange sluice
31 Kirloskar Kirtoskar brothers Ltd. ,
valve
Leader leader valves Ltd ,
RBM AF-S LL,
Zoloto Zoloto Industries
Fluidtech Fluidtech
CI double flangad non
32 Kirloskar Kirloskar Brothers Ltd.
raturn valve
Zoloto Zoloto Industries
BIC Bengal iron corporation
HEPCO HEPCO India
Neco Jayaswal Neco Ltd..
33 CI Manhole cover
RPMF M/s Raj Pattern Makers &
Founders Pvt. Ltd.
SKF SKF Industries
Fischer Fischer India
Clamp, Rebar, Chemical
34 Hilti Hilti India Pvt.Ltd.
fastener
Wurth Wuerth
CERA M/s Cera Sanitaryware Ltd.
ESS Bathsense & Royal Asian Paints Ltd.
35 C.P.Brass Fittings Hindware HSIL Ltd.
Jaquar Jaquar Group
Johnson Prism Johnson Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 185

KEROVIT M/s Kajaria Ceramic Limited


Kingston Kingston Brass India Pvt., Ltd.
MARC MARC Sanitation Pvt.Ltd.
Parryware Parryware Sanitaryware
Ashirwad Ashirwad PVC Pipes
Astral Astral Polytechnik Ltd..
Birla Aerocon HIL Ltd.
Finolex Finolex Industries Ltd.
PRAYAG M/s. Prayag Polymers Pvt. Ltd.
Flowgard Flowgard
Prince Prince Pipes and finttings Ltd,.
Supreme Supreme Industries Ltd.
36 CPVC pipes and fittings
Truflo HIS Ltd.
AKG M/s. AKG Extrusions Pvt. Ltd.
SENTINI M/s. Sentini Flopipes India Pvt.
Ltd., Hyderabad.
Birla Hil Pipes M/s. Hil Ltd.
SUDHAKAR M/s. Sudhakar Irrigation Systems
Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Alu Alpha Alu Alpha India
Dorma Dorma India Pvt. Ltd.
37 Concealed tower bolt
Dorset Dorset Industries Pvt. Ltd.
Ingersolrand Ingersolrand (India) Ltd.
Crystal line water M/s.Kryton Buildmat Co. Pvt.
38 KRYTON
proofing compounds Ltd., Gurugram, Haryana.
M/s. Cemtech Tiles, Uppal,
39 CC Kerb Stone CEMTECH
Hyderabad.
ACCO Proof ACC Cements Ltd
Asian Paints smart care Asian Paints Ltd.
damp proof
BASF BASF India Ltd.
CICO CICO Industries
Dr. Fixit Pidilite Industries
Duraseal Apurva India Pvt. Ltd.
40 Damp Proof material
Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Fosroc Fosroc Chemicals India Pvt. Ltd.
Impermo Snowcem Paints
MAPEI MAPEI Construction Products
India P Ltd
MYK MYK LATICRETE India Pvt. Ltd.
PIDILITE Pidilite Industries

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 186

SIKA Sika India Pvt. Ltd.


Weather Coat Roof Guard Berger Paints India Ltd.

Electro steel Electro steel


Jindal Jindal
41 DI Fittings Kapilansh Kapilansh
Keshoram Keshoram
Tata Ductura Tata Ductura
Electrosteel Electrosteel
Jindal Jindal
42 DI Pipes
Keshoram Keshoram
Tata Ductura Tata Ductura
Amstrong Amstrong flooring
Mikasa Real wood floors Grean Lam Industries
43 Engineered wood floor New wood Naw Wood India ltd
Pergo Red floor India
Werner Dura floor wemer GmbH
Amee Rubber Amee Rubber industries Pvt Ltd
Anand Anand NVI-I products (P) Ltd.,
44 EPDM Gaskets Bohra Bohra rubber Pvt Ltd..
Hanu Hanu Industries
Roop Roop Polimers Ltd.,
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd
Fosroc Fosroc India
EPDM water proofing
45 Pidilite Pidilite Industries
Membrane
Smart care Asian paints
STP Shalimar tar products
Ardex Ardex Endura Ltd.
Asian paints Asian paints
CICO Poxy CICO Technologies Ltd.
46 Epoxy
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Fosroc Fosroc India
Shalibons Shalimar tar products
Ardex Endura Ardex Endura India Pvt. Ltd.
Asian epoxy Asian Paints
Berger Berger paints India Ltd.
47 Epoxy Paint
Nerolac Nerolac
Shalimar Shalimar paints India Ltd.
STP Ltd. Shalimar Tar Products
Ardex Endura Ardex Endura India Pvt. Ltd
48 Epoxy tile joint cements BASF BASF India Ltd.
Ferrous Crete Ferrous Grete (India) Pvt. Ltd

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 187

Fosroc Fosroc indd


Laticrete MYK Laticrete India
Dura Board HD100 Supreme Industries
Expansion Joint
49 DURAFILL Supreme Industries
Bitumen board
STP Shalimar Tar Products
SURFA M/s. Surfa Coats (India) Pvt. Ltd.,
50 Exterior Emulsion Paint
Bangalore.
Aerolite Andhra Polymers Pvt.
Ltd./Aarolite lndustnas Pvt. Ltd.
Armstrong Armstrong Wond Indusvies
Diamond (GRG Tiles) Diamond International Inex Pvt.
Ltd.
51 False Ceiling Griddsquare Gridsquare Ceilings
Gypframe steel British Gypsum
Knauf Knauf Gypsum India Pvt. Ltd.
Lloyd Lloyd Insulation (India } Ltd
Saint Gobain Saint Gobain Gyproc
Aerolite Andhra Polymers Pvt.
Ltd./Aarolite Industries Pvt. Ltd
Anutone Anutone Accoustics Ltd.
False ceilings Members Armstrong Amstrong World lndustries
(Perimeter, Ceiling Gridsquare Gridsquare Ceilings
52
section, intermediates,
Hunter Dougals Hunter Dougals
angles etc.,)
Knauf Knauf Gypsum India Pvt. Ltd.
Saint Gobain Gyproc Saint Gobain Gyproc India
USG Boral USG Boral
Access floor sytem Access Floor system
Hewetson Hewetson India
Kebao Inner Space (Distributors)
53 False Floor
PINNACLE PINNACLE
Unifloor Unifloor India Ltd.
Unitile Unitile office systems Pvt. Ltd.
Backers FS Backers FS
Dorma Dorma India Pvt. Ltd.
Dorset Dorset Industries Pvt. Ltd.
Fire Rated hardware /
Geze Geze GMBH
54 Fire Rated Smoke check
doors (MS/Wooden) ASES (Agni Suraksha) M/s. ASES Security Pvt. Ltd.
Ingersolrand Ingersolrand (India) Ltd.
ASES (Agni Suraksha) M/s. ASES Security Pvt. Ltd.,
Ghaziabad.
Contra Flam / Pyroswiss of Saint Gobain India Pvt. Ltd.
55 Fire rated glass Saint Gobain
Pilkinton Pilkinton India

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 188

Promat Promat Fire & Insulation (P) Ltd.


Pyran of Schott Schott glass India Pvt. Ltd.
Akzonobel Dulex Akzonobel Paints
Asian paints Asian Paints
56 Fire retardant paint Htlti Hilti India Pvt. Ltd.
Jotun Jotun paints
STPL Ltd. STPL Ltd.
Atroflame Atroflame ltd.
Hilti Hilti India Pvt. Ltd.
57 Fire Smoke Seal
Promat Promat Fire & Insulation (P) Ltd.
Raven Raven Global
Saint Gobain Saint Gobain India Pvt. Ltd.
Asahi Asahi India Glass ltd.
SISECAM M/s.Sisecam Flat Glass India Pvt.
Ltd.
58 Float Glass (Tansparent)
Pilkinton Pilkinton India
Modiguard Gujarat Guardian Ltd.
Gold Plus M/s. Gold Plus Glass Industry
Ltd., New Delhi.
Arco Arco valve Pvt ltd
IBP IBP industries
59 Float Valve (Ball valve) Leader Leader valve Ltd
Prayag Prayag Polymers Pvt Ltd.
Zoloto Zoloto industries
Dorma Donna lndia Pvt Ltd.
Floor spring (For non GEZE GEZE GmbH
60
DSR Items) Ingersolrand lngersolrand India Pvt Ltd
OZONE Ozone Hardware.
Bath sense Asian Paints
CERA CERA Sanitary ware Ltd.,
Hindware HSIL Ltd,
61 Flushing Cistern Jaquar Jaquar Group
Kohler Kohler
Parryware ROCA Bath Pvt. Ltd.,
Somany Somany

62 Fly ash cement bricks Concerned CE/SE’s will approve based on local availability.

Ambieance Ambieance
Cactus Cactus
FRP Door Frames
63 Duroplast Duroplast Extrusion pvt ltd.
shutter
Jain doors Pvt. Ltd. Jain doors Pvt. Ltd.
Jayna Jain wood industries

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 189

Meena fibre glass Meena fibre glass


Polyline Polyline
Earl Bihari Earl Bihari Pvt. Ltd.
64 Friction stay hinges
KINLONG Kinlong lndustriss
Everlast Composites Everlast Composites Pvt.,Ltd.
65 FRP covers Fibrocast Fibrocast FRP cover manufacturer
Thermodrain Poly products (I) Pvt.,Ltd.
Fibre Reinforced
Elastomeric Liquid M/s. Kryton Buildmat Co. Pvt.
66 KRYTON
Waterproofing Ltd., Gurugram, Haryana.
Membrane
FLUX – Polycarbonate M/s. DPI Day lighting Pvt. Ltd.,
67 DPI – FLUX
Panel Gurugram, Haryana.
Bhushan Bhushan steel
Galvolume sheet for Essar Essar Group
68 roofing, cladding, JSW JSW
sandwitch panel Llyod metal craft Llyod Insulation
Tata Blue Scope Tata Blue Scope
Jenco Jenco Group
69 Galvanising Karamtara Karamtara Engineering Pvt.,Ltd.
Steel lite Galvanized Steel Ltd.
HB HB Industries
ICS Sgree samarth Englnears
Surya Surya Roshni Ltd.
70 G I Pipe fittings
TATA TATA Steel Ltd.,
Unik Unik malleable
Zoloto Zoloto Industfiea
HISSAR HISSAR
Jindal Jindal Pipes Ltd.,
71 G.I. Pipes Surya Surya Roshni Ltd.
TATA TATA Steel Ltd.,
Zenith Zenith Birla (India) Ltd.
Classic Classic Hardware
Dorma Dorma India Pvt. Ltd.
Dorset Dorset Industries Pvt. Ltd.
Geze Geze GMBH
Godrej Godrej
72 Glass door hardware Hafele Hafele India Pvt. Ltd.
Kich Kich Architectural Products Ltd.
Ozone Ozone Hardware
Squash Squash glass doors

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 190

Birla White Birla Corportion Ltd.


Bisazza Bisazza Italy
Coral Coral tiles
Italia Tie italia mosaic Pvt Ltd
73 Glass mosaic tiles
JK White JK Cement ltd.
Mridul Mridut tiles
Paljadto Palladto Mosaics
PAVIT (Eco Tile) PAVIT Ceramics Pvt Ltd.
Aparna Vitero Tiles
AGL Asian Granite India Ltd.
CERA CERA Sanitaryware Ltd
Jonson Prism Jonson Ltd.
Kajaria Kajaria Ceramic Ltd.
NITCO NITCO Ltd.
Oasis M/s Oasis Vitrified Pvt.Ltd.
Glazed Ceramic tiles Orient Bell Orient Bell Ltd.
74
(Also wall tiles) RAK RAK Ceramic India Pvt. Ltd.
Somany Somany Ceramic Ltd.
Varmora Granito Varmora Granite Granite Pvt. Ltd.
Vitero Vitero Tiles Floor and Wall Tile
Manufactures India
Ultra Ultra Ltd.
NAVEEN M/s. Murudeshwar Ceramics Ltd.,
Bangaluru.
Ecovision Ecovision Industries Pvt ltd.
Mahesh GRC Mahesh Prefab Pvt Ltd.
75 GRC Jali & Tile
Terrafirma Terrafirma GRC Industries
Unistone Unistone Interiors Pvt.,Ltd.
GRP/SMC Panel Tank AMITEX AMITEX Enterprises, Delhi.
(New product in the FLOSTO Tanks Devi Polymer Pvt., Ltd., Chennai.
76
market performance is PIPECO Tanks PIPECO Tanks
yet to be established) VIVANTA VIVANTA Enterprises, Mumbai.
Asian Paints - Smart casre Asian Paints Pvt. Ltd.
Ardex Ardex Endura Adhesive India Pvt.
Ltd.
BASF BASF India Ltd.
Grout / Non shrink CICO CICO Industries
77 Dr. Fixit Pidilite Industries
grout
Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Fosroc GP2 FOSROC India
Fugabella, Porcelana Kerakoll India Pvt. Ltd.
Home shield super grout Berger Paints India Limited.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 191

LATA POXY MYK LATICRETE India Pvt. LTd.


MYK Schomburg MYK Arments Range of products
SIKA Sika India Pvt.Ltd.
Weber Saint Gobain India Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Audco L&T Valves
Leader leader valves Ltd ,
78 Gun metal Valves
Sant Sant Valaves Pvt. Ltd.
Zoloto Zolota Industries
Armstrong Armstrong world Industries
Gyproc Saint Gobain Saint Gobain Gyprock India Ltd.
79 Gypsum Board
Lafarge Lafarge Gypsum India Pvt. Ltd.
USG Boral board USG Board India (P) Ltd.
Ferrous crete (Ferro-500, Ferrous crete manufacturers
Gypsum) Plaster)
80 Gypsum plaster Gyproc Saint Gobain (Elite The Saint-Gobain group
90)
Ultra tech Ultra Tech Cement Ltd.
ABC Ceramics ABC Ceramics
Endura Johnson India
Heat resistant tiles on Johnson Johnson India
81
terrace Somany Somany Ceramic Tiles
Swastik Swastik Tiles
Thermatek Thermatek
Armstrong Armstrong world industries Ltd.
High Desity (HDF)
82 Green ply Green Ply Industries Ltd.
Prelaminated board
Pergo Red Floor India
Allura/ Graniza range Asian paints
High end exterior Berger Berger paints India ltd
83
Texture
SKK Brand SKK Ltd
Dorma Dorma India Pvt. Ltd.
Dorset Dorset Industries Pvt. Ltd.
Hydraulic door closers/ Everite Everite agencies
84
Floor springs Godrej Godrej locking solutioin & systems
Hardwyn Hardwyn hardware
MAGNUM KIT Mukund Overseas
Basant Betons Basant Betons
Interlocking Concrete BHARAT (NILSON) Bharat
85 Paver Blocks / CC Dazzie Dazzle Designer tiles Pvt Ltd
Paver Blocks Hindustan tiles Hindustan tiles, Ranchi Pune
NITCO (ROCKARD) NITCO

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 192

REGENCY Regency
Shree Shree Bharat Paver blocks
Ultra Ultra tile private Ltd
Vyara Tiles VYARA Tiles Pvt. Ltd. / Surat
Any alternative tiles as approved by CE/SE based on local
availability.
CEMTECH M/s.Cemtech tiles, Uppal,
Hyderabad.
SURFA M/s. Surfa coats (India) Pvt.Ltd.,
86 Interior Emulsion Paints
Bangalore.
Archid ply Archid ply industries ltd.
A1 Teak A1 Teak Products Pvt.,Ltd.
Century Centuray laminates
Decolam Decolam India Pvt. Ltd.
Formica Formica Laminates (India) Pvt. Ltd.
Green Lam Green lam Industries Ltd.
Laminate, Laminate KANCHAN PLY M/s Vidya Ply & Board Pvt. Ltd
87
wooden flooring SISECAM M/s.Sisecam Flat Glass India Pvt.
Ltd.
Kitmica Kitply Industries Ltd.
Merino Merino laminates
Royal touche Royal touche laminates
Sonear Sonear Laminates
Sunmica Sunmica Industries
Armstrong Armstrong flooring India Pvt. Ltd.
88 Linoleum sorts flooring Forbo Forbo Flooring India Pvt. Ltd.
Gerflor Gerflor flooring
Dorset Dorset Industries Pvt. Ltd.
Godrej Godrej locking solution & systems
Hafele Hafele India Pvt. Ltd.
Harrison Harrison locks
89 Locks & Latches Hitech Globe Locks India
Helix Helix India
Link Link Locks
Plaza Bharat lock House
Yale ASSA ABOLOY India (P) Ltd.
3M 3M
Roop Roop Polymer Ltd.
90 Masking Tapes Sun Sun
Wonder polymer Wonder Tape Industries

Asian paints Asian paints


91 Melamine Polish
Melamine Gold Wudfin Pidilite industries

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 193

Polycure Polycure Malaysia


Dextra Dextra India Pvt Ltd.
Sanfield Sanfield India Ltd.
Mechanical coupler for Alchemica Alchemica Ltd.
92
reinforcement Ardex Endura Ardex Endura Ltd.
Smart care water proofing
Asian paints products
BASF BASF India Ltd.
Dr. Fixit Pidilite industries
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Membarane water
93 Hydro tech Hydro tech Ltd.
proofing system
MYK Schomburg MYK Arments range of products
STP Ltd Shalimar tar products
Texsa Texsa India Ltd.
Godrej Godrej Security Solutions
Kenwood Kenwood Ply & Board
MPP Schodders MPP Technology Pvt. Ltd.
Metalic / Steel Fire NAVAIR NAVAIR International Pvt. Ltd.
94
Door Promot Promot fire & Insulation (P) Ltd.
Shakthi Hormann Shakthi Hormann Pvt. Ltd.
Signumfire Protection Signumfire Protection pvt. Ltd.
Sukri Sukri Fire Doors Pvt. Ltd.
Essar Essar Steel Ltd.
JSW JSW Structural Metal Decking Ltd
95 Metal Deck Sheet
SAIL SAIL
TATA TATA steel
Amit Lovely metal Industries Pvt. Ltd.
Deepak Deepak
Garg D.P. Garg & Company
Mild Steel Butt Hinges/ Jolly Jolly Engineering works
96
Piano hinges Jyoti Jyoti Architectural Pvt. Ltd.
Saswat Saswat
Supreme Supreme Industries
Swift Swift screws
AIS Mirror Asahi India Glass Ltd.
Atul Autl Glass Industries Ltd.
Modi Guard Gujarat Guardian Ltd
97 Mirror Saint Gobain Saint Gobain Glass India Ltd.,
SISECAM M/s.Sisecam Flat Glass India Pvt.
Ltd.
Gold Plus M/s. Gold Plus Glass Industry
Ltd., New Delhi.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 194

Evoke Evoke
Modular kitchen/ Godrej Godrej & Boyce co
98 wardrobes/Hardware
Sleek Asian Paints
and Accessories
Spacewood Spacewood
Apollo Appolo Tubes Ltd.
JINDAL JSW
Kalinga Kalinga Tubes Ltd.
99 M.S. Pipe, Tubes
SAIL SAIL
Surya Surya Roshi Ltd.
TISCO TATA STEEL
Multy walled Danapalon Danapal Light architecture
100 polycarbonate roofing Lexan GE GE lexan
sheets
Everest Everest Industries
HIL HIL Ltd.
101 Non Asbestos Sheets
RAMCO RAMCO Industries Ltd.

Godrej Godrej Security Solutions


Kenwood Kenwood Ply & Board
102 Non Metalic Fire door
NAVAIR NAVAIR International Pvt. Ltd.
Promot Promat Fire & Insulation (P) Ltd.
BASF BASF India Ltd
CICo CICO Technologies ltd
Fosroc Fosroc India
Non Metallic floor
103 Hardonite Hardonite
surface hardness
Ironite Ironite
Pidilite Pidilite Industries ltd
Sika Sika India
Berger (BISOM) Berger Paints
Dulux (Maxilite) Dulux
104 Oil Bound Distemper
MG Polyplast Nerolac
Tractor Aqalock Asian Paint
Overdeck insulation Dowcorning Dowcorning
with extruded Owen scorning Owen scorning
105
polystyrene board (XPS Supreme Petrochemical Ltd. Supreme Petrochemical Ltd.
board)
Jain doors Jain Door Pvt. Ltd.
Panel Doors/Wire mesh
106 Door shutters /Fire NCL Nagarjuna
proof doors

PE-AL-PE Composite
107 Kitec Kitec Industries (Índia) Pvt. Ltd.
Pipes
108 Pink primer/Primer Berger Berger Paints

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 195

Dulex ICI dutax


Nerolac Nerolac Kansia Nerolac Pains Ltd.
Nippon Nippon
Wood primer Asian paint
SURFA M/s. Surfa Coats (India) pvt. Ltd.,
Bangalore.
BASF BASF India Ltd.
Chryso-HP/ Delta / Chryso India Pvt. Ltd.
Optima
CICO CICO Industries
Contrament, Power flow MC Bauchemie (India) Pvt. Ltd.
Plasticiser & Super Conplast SP 430 FOSROC India
109
Plasticiser MYK Schomburg MYK Arments Range of products
Plastiment, Sikament Sika India Pvt. Ltd.
Smart Care Techno Asian Paints Limited
Plast/Smart care maximo
plast.
Sunanda Chemicals Sunanda Chemicals Ltd.
Accurate Buildcon Accurate Buildcon company
Plastic Encapsulated KGM KGM Exports
110
Foot Rest KK India KK Manhole and gratings Co Pvt
Ltd.
Koochie Play Koochie Play systems Pvt ltd.
111 Play Equipments
Play world systems Play world systems India.
Ply wood (commercial AAMODA M/s. Jai Dayal Plywood Pvt.Ltd.,
112
Ply for general purpose) Hyderabad.
AAMODA M/s. Jai Dayal Plywood Pvt.Ltd.,
Ply wood (Marine Hyderabad.
113
Grade - BWP Ply) BLACK COBRA M/s.Punjab Plywood Industries,
Yamunanagar, Haryana.
BBR BBR (India) Pvt. Ltd.
CRUX Crux Processing systems Pvt. Ltd.
114 Post tensioning System Ultracon Ultracon Structural Systems Pvt.
Ltd.
VSL VSL India pvt. Ltd.
Alcox Hindeggan Alcox Ltd.
Danapalan Danapal Light architecture
115 Poly carbonate Sheet GE Lexon GE Silicones
MG Polyplast MG Polyplast

Polycarbonate Convex
116 mirrors, Rubbarised Unique safety solutions Unique safety solutions
road hump
Dr. Fixit Pidilite industries
117 Poly sulphide sealant
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 196

Fosroc Smart care sealant


MYK Schomburg MYK Arments range of products
Pidilite Pidilite Industries
STP Ltd Shalimar tar products
Techseal Choksey chemical Pvt ltd.
Tuff seal Bondit construction chemical
118 Polyethylene backer rod Supreme Supreme Industries
BASF BASF
Ferrous Ferrous Crete ( India ) Pvt Ltd
119 Polyurea Ultra Pidilite Pidilite Industries
SIKA SIKA India
Smart care Asian paints
Akzonoble Akzonoble Coating Ltd.
Berger Berger Paints India Ltd.
120 Powder coating
Jotun Jotun Group

Powder & PVDF Aura International Aura International Pvt.,Ltd.


121 Processer MJ coaters MJ Coaters Pvt.,Ltd.
SP Coating SP Architectural Coating Pvt.,Ltd.
Archid ply Archid Ply Industries Ltd.
Associate Associate Décor Limited
Centuary Centuary MDF
Ecoboard Ecoboard Industries Ltd.
Green Lam Green lam Industries Ltd.
Prelaminated particle Kitlam Kit Ply Industries Ltd.
122
board Exterior Grade Merino Marino laminates
Novapan GVK Novapan Industries Pvt. Ltd.
TESA Action Co. TESA Action Co.
Heritage M/s. DECO MICA Limited,
Ahmadabad.

Berger Berger
Premium Acrylic Dulux ICI dulux
123 smooth exterior Paint
Nerolac Nerolac
with silicon additives
ULTIMA Asian paint
PEARL Precision Products
PTMT/PVC sanitary
124 fittings, bibcocks, pillar Prayag Prayag Polymers (P) Ltd
cock Angle valve, Supreme Supreme industries
DP Wires DP Wires Ltd.
TATA wiron TATA STEEL LTD.
125 PT Strands
Usha Martin Usha Martin Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 197

Ambieance Ambieance
Accucel Accura Polytech Pvt. Ltd.
Duroplast Duroplast extrusion Pvt. Ltd.
Encraft Encraft India Pvt. Ltd.
Plastic Wood Plastic Wood
Polyline Polyline extrusion Pvt. Ltd.
126 PVC Doors and Frames Rajshri Rajshri Productions Pvt. Ltd.
Sintex Sintex Plastic technology Ltd.
VEKA M/s NCL Veka Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
RAJSRHRI M/s. Rajshri Plastiwood
Pithampur, M.P.
Sintex Sintex Plastic technology Ltd.
PVC / HDPE water
127 Supreme Supreme Industries Ltd.
storage tanks
Vectus Vectus Industries Ltd.
Akash Enterprises Akash Enterprises
Rex Polyextrusion Rex Polyextrusion ltd.
128 PVC Perforated Pipes
Supreme Supreme industries.
Zenplas Pipes Zenplas Pipes Pvt ltd.
Armstrong Armstrong world Industries
129 PVC flooring Ger flor Ger flor flooring
LG Hausys LG Hausys
Akzonoble Akzonoble Coating Ltd.
130 PVDC coating Valspar Valspar India Coating Corporation
Ltd.
BASF BASF
Fosroc Fosroc India
PU Coating (UV Pidilite Pidilite industries
131 resistant Liquid
PU Roof Koat Berger Paints Ltd
Applied coating)
SIKA SIKA India
Smart care Asian paints
Akzonobel Akzonobel
PU Enamel Metalic Asian paints Asian paints
Paints on MS Structure
132 Berger Berger paints India Ltd.
& Epoxy paints (
Premium Quality) MRF MRF paints
SKK SKK ltd
Access Floor systems Access Floor Systems
Tate Tate
133 Raised / Cavity flooring Uni floor Uni floor India
Unitile Unitile India
Zt floor Zt floor Pvt.,Ltd

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 198

Indian Hume Pipes Indian Hume Pipe Ltd.,


Jain & Co Jain spun pipes Co.,
RCC Pipes / Precast Lakahmi Sood & Sood Lakshmi Sood & Sood Pipa Co.
134 concrete pipes (RCC Madurai spun pipe Madura spun pipe company
hume pipes) Vishnu Vishnu Spun Pipes.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Gyproc plasters Saint Gobain Gyproc India
Ready mix cement Ramco super plaster Ramco super plaster melamine
135
plaster melamine
Read Plast Ultratech cements Ltd
Ultra tech Ultra tech Cement Ltd
Berger Berger Paints
Dulex ICI dulex
Red Oxide Zinc High performance yellow Asian Paint
136
Chromate primer metal primer
Nerolac Nerolac
Nippon Nippon
Asahi Asahi India Glass ltd.
Glaverbel Glaverbel India
Modifloat Gujarat Guardian Ltd.
Reflective glass , High
137 Pilkinton Pilkinton India
performance glass
SISECAM M/s.Sisecam Flat Glass India Pvt.
Ltd.
Saint Gobain Saint Gobain India Pvt. Ltd.
ACC ACC Cements Ltd
A B Dinesh A B Dinesh Concrete India Pvt.,
Ltd.
Aparna Aparna Ready Mix concrete
Lafarge Lafarge India Pvt. Ltd.
NUVOCO Nuvoco Vistas Corporation Ltd.
RB Ready Mix RB Ready Mix
RMC plants ( Ready RDC RDC Concrete (India) Pvt.Ltd.
138
Mix Concrete) RMC (India) RMC (India) Pvt. Ltd.
Plants at – Autonagar, M/s. Sarvani Industries Pvt. Ltd.,
Gajuwaka & Atchutapuram Guntur.
@ Visakhapatnam.
Plants at – Ankireddy
Palem, Kolanukonda @
Guntur.
Ultra Tech Ultra Tech Cement Ltd
Rockwool/Glass wool Liyod Insulation Liyod Insulation ltd.
139
insulation Supreme Supreme Industries ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 199

Twiga fiber Twiga fiber glass ltd


Advent Advent concrete vision
BASF BASF
Danapalan Danapal Light architecture
Essar Essar Group.
Fosroc Fosroc
GE Plastic GE Silicones
GE Plastic GE Silicones
Sandwich PUF panelled
140 JINDAL MECTEC/ Mectec Pvt Ltd
roofing sheets
JINDAL
LEXAN LEXAN Ltd
Liyod Insulation Liyod Insulation (India) ltd
Lloyd Insulation Lloyd insulation (India ) Ltd
Pidilite Pidilite Industries ltd
Smart care Asian paints
Supreme Supreme ltd
AOS System AOS System
Grohe Grohe
Hindware HSIL Ltd
Sensor based Auto flush
141 Jaquar Jaquar Group
systems
Kochier Kochier
Parryware Parryware Sanitary ware
TOTO TOTO ltd.
Nu-TEC Nu-Tech concrete products (P)
Lld,.
142 SFRC Cover and grating KK KK Manhole and gratings Co Pvt
Ltd.,
Kutty Kutty Industries
143 Shear Stud/ Connector KOCO KOSTER & CO
BASF BASF India Ltd.
Dow Corning Dow corning Indd
144 Silicon coating GE GE Silicones
Wacker Wacker silicones

Sree Geurev Sree Gaurav Rubber products


145 Silicon Gaskets
3M 3M Science
Solar studs/ Median
146 Avery Dennison Avery Donnison India Pvt Ltd.
markers
Nikkalite Nippon carbide Industires (USA)
Dorma Dormakaba
Spider patch fittings for hafele Hafele Ltd.
147
structural glazing Kich Kich india
Ozone Ozone Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 200

Sevax Saint Gobain Glass India ltd.


Buildon Buildon
Spray applied Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
148 Readymade plaster/
Gyproc cute 100 Gyproc India.
Gysum plaster
Ultratech Ultratech cement ltd.
Neco JayaSwal Neco Ltd
Kartar Kartar valves private Ltd. ,
Electrosteel Electrosteel
149 Spun cast iron fittings
Kapilansh Centrifugal Kapilansh Dhatu Udyoo (P)Ltd.
SKF brand SINGHALIRON FOUNOARY Pvt.
Ltd.
Jagannath Sri Jaqannath iron Foundry Pvt.
Ltd
Spun cast iron covers & Kapilansh Centrifugal Kapilansh Dhatu Udyoo{P)Ltd.
150
gratings Neco Jayaswal Neco Ltd
SKF brand SINGHALIRON FOUNOARY Pvt.
Ltd„
Ark Product Pvt. Ltd. Ark Product Pvt. Ltd.
Connect Connect Ltd.
Jindal JSW
Stainless Steel / KINGSTON KINGSTON
151
Stainless Steel Pipes Salem SAIL
SAIL SAIL
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Alloy Alloy Ltd.
Atul Atul fasteners Ltd.
GKW GKW Limited
152 Stainless Steel screws Helix Helix India
Kundan Kundan Industries Ltd.
Nettlefold Nettlefold Screws
Pooja Pooja Steel Corporation
Dorma Dorma India Pvt. Ltd.
Stainless steel Butt Helix Helix India
153
hinges Prayag Prayag Polymers (P) Ltd.
Ozone Ozone Hardware
Earl Bihari Earl Bihari India Pvt. Ltd.
EBCO EBCO
Hetich Hetich India
Stainless steel friction
154 Haffle Haffle India Pvt. Ltd.
hinges
ROTO ROTO Frank Asia
Securistyle Securityle India Pvt. Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 201

Atul Atul fasterners Ltd.


Stainless steel Bolts, Hilti Hilti India Pvt. Ltd.
155
washers, nuts Kundan Kundan Industries Ltd.
Pooja Pooja Steel Corporation
Atul Atul fasterners Ltd.
Stainless steel pressure Dorset Dorset Industries Pvt.Ltd.
156
plate screws Kundan Kundan Industries Ltd.
Pooja Pooja Steel Corporation
CERA M/s Cera Sanitaryware Ltd.
Diamond Pheonix Appliances Pvt. Ltd.
Franke Franke India Ltd.
Futura Futura Kichen Sinks India Pvt. Ltd.
Hindware HSIL Ltd
Jhonson Prision Jhonson Ltd.,
Jindal Centuary polytech
Stainless Steel Kitchen Joyna Joyna
157
sink Navkar Shri Navkar Metals Ltd
Nilkanth Nilkant
PRAYAG M/s. Prayag Polymers Pvt. Ltd.
Nirali Jyoti (India) Matel Industries Pvt
Ltd
Silver Shine Blue stone sanitary Industries Pvt.
Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Accucel Accura polytech Pvt ltd.
Madhu industries Madhu industries, San Harvic,
Steel Windows/ NCL
158
Pressed steel frames
NCL NCL Industries
San Harvic San Harvic
APL Apollo Tubes Ltd
JSPL JSPL
JSW JSW
159 Structural Steel
SAIL SAIL
TISCO TATA STEEL
VIZAG RINL
Asian paints Smart care sealant
BASF BASF India Ltd.
Dow corning Dow corning india
160 Structural sealant Fosroc Fosroc India
GE GE silicones
STP Ltd. Shalimar tar products
Wacker Wacker silicones

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 202

Berger Berger Paints


Dulex ICI dulex Ltd
Premium gloss enamel Asian paint Ltd
161 Synthetic enamel Paint Nerolac Nerolac Paints Ltd
Nippon Nippon Paint India Ltd.
SURFA M/s. Surfa Coats (india) Pvt. Ltd.,
Bangalore.
Hollitex Hoilitex carper tilas
162 Synthetic Carpet tiles Standard Carpets Standard Carpets
TOLI TOLI Corporation
Armstrong Armstrong flooring
Synthetic Sports
163 Gerflor RMG Polyvinyl India Ltd.
Flooring
LG Wondorfloor LG Hausys India
Astral Astral poiytechnik Ltd.
Finolex Finolex Industries Ltd .
Flowgard Ashirwad PVC Pipes
Nandi Nandi pipes Pvt., Ltd.
SWR PVC Pipes &
164 Prince Prince Pipes and fittings
fittings
Sudhakar Sudhakar PVC Pipes
Supreme Supreme Industries Ltd.
SENTINI M/s.Sentini Flopipes India Pvt.
Ltd., Hyderabad.
KRYTON M/s. Kryton Buildmat Co. Pvt
165 Swell able water stop
Ltd., Gurugram, Haryana.
Asahi Asahi India Glass ltd.
FUSO FUSO Glass India Pvt. Ltd.
Gurind Gurind India
Tempered reflective/ Imapct Safety Impact Safety glass works Pvt. Ltd.
166
clear glass Modiguard Gujarat Guardian Ltd.
Pilkington Pilkington India Pvt. Ltd.
Saint Gobain Saint Gobain India Pvt. Ltd.

Asian Asian Paints Ltd.


Elastospray BASF
Thermal Insulation
167 Pidilite Pidilite Industries
treatment
Rock India Pvt. Ltd Rock India Pvt. Ltd
Weather Kool & Seal Berger Paints India Ltd.
JSW JSW Steel Ltd.
TMT Bars SAIL Steel Authority of India Ltd.
168
TISCO TATA STEEL LTD.
VIZAG Rastriya Inspat Nigam Ltd.
Gold Plus M/s. Gold Plus Glass Industry
169 Tinted and Coated glass
Ltd., New Delhi.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 203

Sentini M/s. Sentini floppies India Pvt.


Ltd., Hyderabad.
UPVC –UGD /UGD SUDHAKAR M/s. Sudhakar Polymers Pvt. Ltd.
170
Pipes and Fittings. AKG M/s. AKG Extrusions Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
AKG AKG
Astral Astral polytechnik Ltd.
Ashirwad Aahirwad PVC Pipes
Finolex Finales Industries Ltd.
KSR KSR
UPVC (SWR) Pipes and Prepoly Premier PVC Industry
171 fittings (Rain water Prince Pnnce pipes and fittings Ltd.
pipes)
Supreme Supeme industries Ltd.
SENTINI M/s. Sentini Flopipes India Pvt.
Ltd., Hyderabad.
AKG M/s. AKG Extrusions Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Aluplast Alu Alpha India
Duroplast Duro Plast Extrusion Pvt. Ltd.
Encraft Encraft India Pvt. Ltd.
Fenesta Fenesta DCM Shriman
Komarling Profile India Window Technology
Pvt. Ltd.
LG LG India Pvt. Ltd.
RAJSRHRI M/s. Rajshri Plastiwood,
UPVC doors, door Pithampu, M.P.
172 MARCOLINI M/s Mathura Poly pack Pvt, Ltd.
frames and windows
Prominance M/s Prominance Window Systems
Rehau Rehau Unlimited Polymer
Solutions
Sintex Sintex Plastic technology Ltd.
Venster/ OKOTECH Aparna Enterprises limited
VEKA M/s NCL Veka Ltd.

Plast One M/s.Plast one UPVC Profiles Pvt.


Ltd., Secunderabad.
COAR COAR
DNV DNV Global Pvt.,ltd.
173 UPVC Hardware
HOPPE HOPPE
PULSE LGF SYSMAC (India) Pvt.,Ltd.
Vitreous Commodes/ BATHSENSE Asian paints( Bath division)
174
Washbasin CERA CERA Sanitaryware Ltd.,

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 204

Hindware HSIL Ltd.


Jaquar Jaquar Group
Kerovit M/s Kajaria Ceramic limited
Kohler Kohler world Wide
Parryware ROCA Bath Pvt. Ltd.,
Roca ROCA Bath room products
RAK Sanitaryware RAK Sanitaryware
Somany Somany Ceramic Ltd.
Durostone Ever stone International
Johnson Johnson India
175 Vitrified paving tiles
Kajaria Kajaria Ceramics
PAVIT PAVIT Ceramics Pvt. Ltd.
AGL Asian Granite India Ltd.
CERA M/s CERA sanitary ware Ltd.
Johnson Prism Johnson Ltd.
Kajaria Kajaria Ceramic Ltd.
Marbito Marito tiles
NITCO NITCO Ltd.
Oasis M/s Oasis Vitrified Pvt.Ltd.
176 Vitrified Tiles
RAK RAK Ceramic India Pvt. Ltd.
Restile Restile Ceramic Ltd.
Somany Somany Ceramic Ltd.
Varmora Granito Varmora Granite Pvt. Ltd.
NAVEEN M/s.Murudeshwar Ceramics Ltd.,
Bangaluru.
Vitero Aparna Enterprises limited
Archidply Archid Ply Industries Ltd.
A1 Teak A1 teak Industries Pvt. Ltd.
Century ply Century Flush Doors
Duroply Duro Ply Industries Ltd.
Duroplast Duroplast
Dura sleek Dura sleek
Water Proof Plywood, Grassim ply Shree Ram Industries
Commercial ply, Fire Green panel Green panel Industries Lid.
177
retardant ply and Block Green Ply Green Ply Industries Ltd.
boards / Shuttering ply Jayna ply Jain Wood Industries
KANCHAN PLY M/s Vidya Ply & Board Pvt. Ltd
Kitply Kitply Industries Ltd.
Polyline Polyline
AAMODA M/s. Jai Dayal Plywood Pvt. Ltd.,
Hyderabad.
BLACK COBRA M/s. Punjab Plywood Industries,

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 205

Yamunanagar, Haryana.
Asian exterior wall primer Asisn paint
Berger Bergar Paints
Water Proof cement
178 Cem Colour Snowcem Paints
paint
ICI DULUX ICI DULUX
Surfa Surfacoats (India) Pvt. Ltd.
ARCO Arco valves Pvt. Ltd ,
leader leader valves Ltd ,
179 Water supply Valves
Nanda Nanda Miller company
Zoloto Zoloto Industries
Advani Advani oerlikon Ltd.
ESAB ESAB India Pvt. Ltd.
ESS, BATHSENSE & Asian Paints (Bath Division)
180 Welding rods
Premium Range : Royale
HlNDWare HSIL Ltd.
Jaquar Jaquar Group
Johnson Prism Jhonson Ltd
Kerovit M/s Kajaria Ceramic limited
Kingston Kingston brass India
MARC MARK Showers
Water supply fixtures
Metro Metro sanitations Pvt. Ltd.,
181 like bibcock, Shower
panels Parryware ROCO bath roam products Pvt.
Ltd,
Prayag Prayag polymers Pvt Ltd ,
Seiko Seiko Sanitations
Watarman Kewal brothers
Accoproof ACC cement Ltd.
Alchemica Alchemica Ltd.
Ardex Endura Ardex Endura ( India ) Ltd.
Asian Paints Asian Paints
CICO CICO Technologies Ltd.
Cement Mix Berger Paints India Ltd.
Plus/Advanced Latex Plus
Water proofing Dr. Fixit Pidilite industries
182
Compound
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Fosroc Fosroc India
Impermo Snoweem paints
MYK Schomburg MYK Schomburg range of products
Penetron Penetron India Pvt Ltd.
Shaliplast LW+ STP Ltd
Sika Sika India
KRYTON M/s. Kryton Buildmat Co. Pvt.
Ltd., Gurugram, Haryana.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 206

Ardex Endura Ardex Endura Ltd.


BASF BASF India Ltd.
Dr. Fixit Pidilite industries
183 Water stops
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Hydroswell Sika India
Hydrotite Sika India
Asian paints Smart care SC GP grout grey
BASF BASF
Care Care
Water proofing
184 Ferrous crete Ferrous Crete ( India ) Pvt Ltd
materials/ GP Grouts
Home shield Super grout Berger Paints Ltd.
Pidilite Pidilite Industries
SIKA SIKA India
Weather silicon make Down corning Down corning india
185
and grade Momentive (GE) GE silicones
Birla Birla Corporation Ltd.
186 White Cement J.K. JK Cement Ltd.
Travancore Travancore Cements Ltd.
Alstone Alstone Industries Pvt., Ltd.,
Jaipur, Rajastan.
Century M/s Century Ply Boards (I)
Wood Polymer Limited
composite material for Ecoste Ecoste wood polymer composite,
door frames and Delhi.
187 Echon Kumar Arch Tech, Pvt.Ltd.,
shutters, plain/pre
laminated boards for Rajastan.
wall linings etc. Green ply Greenply Industries Limited
Qute Qute Extractions Pvt.Ltd., Chennai.
Rajasree Rajeswari Products Pvt.,Ltd.,
Madya Pradesh.
Archiply Archiply
A1 Teak A1 Teak Products Ltd.
Century Century Flush Doors
Duro Flushdoors Dura Ply industries Ltd.
Greenlam Greenlam Ply Industries Ltd.
Indian Timber Products Indian Timber Products
Wooden Flush door
188 Jain doors Pvt.Ltd. Jain doors Pvt.Ltd.
shutters
Jayna Flush Doors Jain Wood Industries
Kailash Kailash Hi Tech Timber Industries
India pvt. Ltd.
KANCHAN PLY M/s Vidya Ply & Board Pvt. Ltd
Kenwood Kenwood Ply & Board
Kitply Kitply Industries Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 207

Mayur Mayur Ply industries


MP Ply wood products MP Wood products
National plywood National plywood
Raavella door Raavella Industries (P) Ltd.
Shakthi Shree Shakthi Modern Flush doors
Swatic ply Swatic ply
Vidya ply Vidya ply
AAMODA M/s. Jai Dayal Ply wood Pvt. Ltd.,
Hyderabad.
BLACK COBRA M/s. Punjab Plywood Industries,
Yamunanagar, Haryana.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Heritage M/s. DECO MICA Limited,
189 Laminated sheet
Ahmadabad.
Heritage M/s. DECO MICA Limited,
190 MDF Board
Ahmadabad.
WPC frame of size MAGMA M/s. SMP IMPEX, Bangalore
191 90x45 mm for doors &
windows.
WPC sheet 28 mm thick MAGMA M/s. SMP IMPEX, Bangalore
192
for doors & windows.
PVC sheet 5 mm thick MAGMA M/s. SMP IMPEX, Bangalore
193 for panelling in doors,
windows etc.
Precast concrete DEC M/s. DEC Industries Pvt. Ltd.,
194 manhole covers and Hyderabad.
frames (IS-12592-2002)
HD PE pipes for water DEC M/s. DEC Industries Pvt. Ltd.,
195
supply (IS 4984-2016) Hyderabad.
DEC M/s. DEC Industries Pvt. Ltd.,
196 Admixute (PC, SNF)
Hyderabad.
DEC M/s. DEC Industries Pvt. Ltd.,
197 SBR latex
Hyderabad.
Cold rolled closed DEC M/s. DEC Industries Pvt. Ltd.,
198 Annealed (CRCA) door Hyderabad.
frames.
RAJSRHRI M/s. Rajshri Plastiwood,
199 WPC Doors
Pithampur, M.P.
DEC M/s. DEC Industries Pvt. Ltd.,
200 FRP Doors
Hyderabad.
Pre-Painted Galvanized DEC M/s. DEC Industries Pvt. Ltd.,
201 iron / Steel doors & Hyderabad.
Windows
Wall Putty (White DEC M/s. DEC Industries Pvt. Ltd.,
202
cement based) Hyderabad.
203 CP water supply JAYNAM M/s. Jain Enterprises

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 208

fixtures – stop valve &


angle Valve
UPVC pipes for water PRAYAG M/s. Prayag Polymers Pvt. Ltd.
204
supply
UPVC – SWR pipes & PRAYAG M/s. Prayag Polymers Pvt. Ltd.
205
fittings Birla Hil Pipes M/s. Hil Ltd.
Plastic Seat & Covers PRAYAG M/s. Prayag Polymers Pvt. Ltd.
206
for water closter
Plastic flushing PRAYAG M/s. Prayag Polymers Pvt. Ltd.
207 Cisterns for water
closets & Urinals.
Tabular Steel door APL APOLLO M/s. Radha Smelters Pvt. Ltd.
208
frames – MS/GI/GP CHAUKHAT
Reinforcement Bars as RADHA TMT M/s. Radha Smelters Pvt. Ltd
209
per IS 1786 - 2008
IoT based building WIS Spaces M/s.Wenalytics IoT Solutions Pvt.
210 Management System Ltd.
(S.T. Open Protocols)
CORONET M/s. Mohan Metal Industries
CP Bath Fittings &
211 EssEss”ap Royale” and M/s. Asian Paints Limited
Accessories
“Bathsense”
UPVC pipes for water Birla Hil Pipes M/s. Hil Ltd.
212
supply
Aerocon Panels (Sand BIRLA AEROCON M/s. Hil Ltd.
213
Witched)
Door & Window CROWN M/s. Crown Industries.
Fittings (Aluminium,
214
Mild Steel, Stainless
steel & Brass)
Green Panel Board Green Panel M/s. Mohan Metal Industries
215
(HDF Laminates)
Pre laminated Board Green Panel M/s. Mohan Metal Industries
216
(MDF)

*Note: 1. Any other brand as approved by ADG (RH) from time to time.
2. The above list is provisional and subject to product conformity of standards of
relevant codes.
3. Any other brand as approved by the ADG (RH) will also become part of the above
list.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 209

TECHNICAL SPECIFICATIONS FOR CIVIL WORKS

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 210

SPECIFICATIONS FOR CIVIL WORKS


EARTH WORK:-

1. The work shall be done in accordance with CPWD Specifications - 2019 - Vol. I & Vol.
II and National Building Code 2016 with upto date correction slips.
2. Excavation shall be undertaken to the width of the Raft/ Foundations/ Basement
/ Retaining wall footing including necessary margins for construction operation
as per drawing or directed otherwise. Where the nature of soil or the depth of
the trench and season of the year, do not permit vertical sides, the contractor at
his own expense shall put up the necessary shoring, strutting and planking or cut
slopes with or without steps, to a safer angle or both with due regard to the
safety of personnel and works and to the satisfaction of the Engineer--in-charge,
Measurement of plan area of excavation for payment shall be permitted only.
Nothing extra shall be paid for making steps and slopes etc. as required.
3. The contractor shall make at his own cost all necessary arrangements for
maintaining water level, in the area where works are under execution low
enough so as not to cause any harm to the works or problems in carrying out
with the execution and the rates for all items of work shall be considered as
inclusive of pumping out or bailing out water, if required, for which no extra
payment shall be made. This will include water coming from any source, such
as rains, accumulated rain water, floods, leakages from sewer and water mains,
subsoil water table being high or due to any other cause whatsoever. The
contractor shall make necessary provision of pumping, dredging, and bailing
out water coming from all above sources and excavation and other works shall
be kept free of water by providing suitable system approved by the Engineer-in-
charge.
4. The water level may vary due to rainy season or due to dewatering etc. In
order to avoid possibility of basement floor of building being getting
uplifted/damaged due to water pressure, the contractor shall make
arrangement for lowering the ground water table below the proposed
foundation level as approved by Engineer-in-charge. Sub soil water table shall
be maintained at least 50 cm below the P.C.C level during laying of P.C.C., water
proofing treatment, laying of raft and beams including filling of earth/sand
under the basement floor. The water table shall not be allowed to rise above
base of raft level until completion of outer retaining walls including water
proofing of vertical surface of walls and back filling along the walls up to ground
level and until the structure attains such height to counter balance the uplift
pressure. However, the contractor should inspect the site and make his own
assessment about sub-soil water level likely to be encountered at the time of
execution and quote his rates accordingly. Rate of all items are inclusive of
pumping out or bailing out water, if required. Nothing extra on this account
whatsoever shall be paid to him unless otherwise specified. The sequence of
construction shall be got approved by the Engineer-in-charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 211

5. All the major excavation shall be carried out by mechanical excavator. No extra
payment shall be made for that. The rates are inclusive for all depths & nothing extra
shall be paid for additional lift etc.
6. All excavated material including excavated earth declared as surplus and not useful,
shall be removed from the site by the contractor within the scope of this agreement.
The removal of surplus material from the site shall be undertaken by the contractor
only when instructions in this regard are obtained from the Engineer-in-charge.
7. Dumping shall be at designated place identified by the agency. Contractor shall also
obtain necessary permission/approval/authorization from the competent authority
of local body/traffic/police as the case may be for removal of excavated
earth/material. No payment/fee on this account shall be entertained by the
department.
8. All Excavated material including excavated earth declared as surplus shall be
removed from the Site by the contractor at his own cost. The removal of surplus
Material shall only be undertaken by the contractor with prior approval of Engineer
in charge. The Royalty of surplus earth, if any , shall be paid by the EPC contractor to
concerned authority of state government at the prevailing royalty rates and same will
not be reimbursed to him by the department .
9. The dewatering is in the scope of the contract as per condition of this tender
document. The Contractor shall arrange to have the entire dewatering system
designed in detail, installed, maintained and operated by qualified and experienced
personnel throughout the course of the work.
10. The name, qualifications, record of previous jobs of a similar nature of dewatering of
sub-contractor personnel to be employed on the work shall be submitted to the
Project Engineer for approval.
11. Two weeks prior to commencement of installation of the dewatering system,
Contractor shall submit to the Engineer in Charge for his technical approval, complete
plans, details and description of the dewatering system.
12. Approval of the dewatering system by the Engineer in Charge shall in no way relieve
the Contractor from his responsibility of satisfying the entire dewatering
requirements as specified herein.
13. The Contractor shall install, maintain and operate a system of wells, trenches and
pumps as required for performing the excavations for the areas and subsequent
construction of the structure and placement of backfill, in dry condition.
14. Dewatering of the excavation shall be accomplished in a manner that will prevent
seepage, boils, loss of fines, corrosion, softening of the strata, and that will maintain
the stability of the bottom and slopes of excavation.
15. In case any damage is caused to the work, in the opinion of Engineer in charge, due
to inadequacy or failure of the dewatering system, in part or in whole, then the
supply of all labour, materials and plant, such damage shall be undertaken and re-
done by the contractor at his own cost.
16. The cost of any damage caused to the structures or other equipment’s due to the
failure of the dewatering system shall be borne by the contractor and shall be
covered by proper insurance to be provided by the contractor, in accordance with
insurance clauses mention above fore para and in the “General Conditions of
Contract-2022 - EPC Projects”. The EPC Contractor will carry out the detailed

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 212

investigation from geological expert in field to assess the impact of excavation of the
site on the adjoining structures and will make all precautions at site and stabilize the
cut slopes of the site to avoid sudden caving in, in order to safeguard adjoining
structures located in the vicinity of the site at their own cost. The legal liability in case
of any damage to the adjoining structure rest with the EPC Contractor only.
17. The Dewatering system shall be designed to operate on a continuous basis in such a
manner that during excavation, the water level as observed in all piezometers
installed near the periphery of the excavation with their tips located below the
prevailing excavation level, is at least one meter below the prevailing excavation
level. If the water level observed in any or all of the piezometers is higher than that
specified, the excavation shall be halted until remedial measures to the dewatering
system are done and the specified water levels in the piezometers attained or until
the contractor demonstrates to the satisfaction of the Engineer in charge that it is
safe to proceed with excavation. Piezometers tips shall be installed near the bottom
of the hole drilled for that purpose.
18. During construction of structures and subsequent backfill placement and associated
work operations, the dewatering system shall operate on a continuous basis in such a
manner that the water level, as observed in the piezometers located below the level
of construction and backfill placement is at least one meter below the lowest point of
construction and backfill placement and the water level in the piezometers is
maintained at such level till the concrete if any, has sufficiently hardened and until in
the opinion of the Project Engineer, it is safe to allow the water level to rise up to a
predetermined level.
19. The Dewatering System shall be maintained in operating condition so as to achieve
the specified results until the construction of the structures and the backfill
placement at all points, has reached upto 3rd floor level above the ground level. The
opinion of the Engineer in Charge shall obtained if dewatering system is cut off in
stages.
20. The Contractor shall not permit the accumulation of surface water within the
confines of the excavation areas. The Contractor shall control, remove and divert
surface water run-off, and water discharging from the dewatering system away from
the excavations, to a point outside the working area as required by the Engineer in
Charge.
21. The Contractor shall perform all work including, but not limited to, the construction
and maintenance of ditches and sumps and provide, install, maintain and operate
pumps and pipelines of adequate capacity as are necessary for the effective control
of surface run-off and ground water not required to be intercepted by the
dewatering system.
22. The Contractor shall make necessary arrangement for power supply which shall be of
sufficient capacity to maintain all pumps and equipment for both the Basic and
Standby systems, operating on a continuous basis.
23. The Contractor shall supply, install and maintain an alarm system that will alert
responsible personnel at the time of power failure and at the same time will
automatically activate the standby units.
24. The dewatering system shall be designed in such a manner that all or parts of the
standby system may be directly connected to the basic system.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 213

25. The standby dewatering systems shall be operated for a period of at least 3 hours
duration each week to demonstrate its complete effectiveness. For such
demonstrations, the Contractor shall not be entitled to any payment/ compensation.
26. Contractor's dewatering system shall include the supply, installation, data recording
and maintenance of piezometers as may be required to demonstrate the satisfactory
performance of the dewatering system.
27. In order to ascertain the continuous effectiveness of the dewatering system,
Contractor shall correlate records of the water elevation in each of the piezometric
observation wells and records of the discharges from the dewatering system. The
Contractor shall also keep the Engineer in Charge advised on a daily or as required
basis on the equipment being utilized to affect the required results during the entire
period when the dewatering system is in operation.
28. Contractor shall obtain necessary permissions from the competent authority of local
body or regulatory body, traffic, irrigation department etc at his own level to drain
out of de-watering water. The arrangement is including cost of material in respect of
laying pipes, making drains from site to the final disposal of dewatering pump out
water shall be make by the contractor at his own level and cost. No claim shall be
entertained on this account by the department.
29. The scope of this tender is also inclusive of design and execution of shoring to resist
all dead and live loadings (earth pressures, hydrostatic pressures, traffic loads, point
loads, line loads and surcharge loads) that the shoring may experience during the
service life of the structure. In design following type of loads/forces shall be taken as
under:-
a) Active and passive earth pressure,
b) Lateral earth pressure due to surcharge loads,
c) Differential water pressure and seepage pressure,
d) Earthquake force, and
e) Stresses due to handling and driving.
30. Shoring system may be of in the form of RCC/PCC piles, timber, reinforced concrete,
pre-stressed concrete or steel. Depending upon the materials adopted by looking at
various parameters, the conformance shall be as per the specifications given for the
timber, reinforced concrete; pre stressed concrete and steel sheet pile. Sheet pile in
accordance with IS: 2911 (part II)-1980, IS: 456-1978, IS: 1343-1980 and IS: 2314 –
1963 respectively.
31. The contractor shall submit design calculations, including soil design parameters
used, methods of construction, and detail drawings for all the design cases. He shall
be responsible for the external stability of all temporary sheet piles. Differential and
absolute settlements of sheet piles shall be limited to ensure minimal detrimental
effects.
32. When a satisfactory bearing stratum is not encountered at a reasonable depth below
the surface in front of the earth to be retained, then a sheet-pile wall may be
provided. If the height of the wall and the pressure on the sheet plies are such that
an excessively thick pile is required, the provision of a tie can be provided at one level
or at many levels.
33. As per the schematic section shown in the excavation drawing, ties are not only at
the top level but also at intermediate levels. The ties numbers can be either being

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 214

reduced or increased depending upon the availability of anchorage in economy of


design.
34. A general scheme of excavation and shoring has been shown in the tender drawings.
Shoring/sheet piles design, Methodology. Shall be got approved in advance from
Engineer-in-charge or his consultant before commencement of shoring/sheet pile
work at site. The cost of design, operation, materials, labour, workmanship is includes
in quoted amount of the project.

CEMENT :
1.The contractor shall procure 43 grade ordinary Portland Cement (OPC) conforming to
IS: 8112 as required in the work from reputed manufacturers of cement as mentioned in
“Preferred make list” or from any other reputed cement manufacture having a
production capacity not less than 1 million Ton per annum as approved by Chief
Engineer, CPWD, Hyderabad or his successor. The cement of approved make as aforesaid
in 50 kg bags bearing manufacturer’s name and ISI marking, along with manufacturers
test certificate for each lot shall be procured by the contractor.

Samples of cement arranged by the contractor shall be taken by the Engineer-in-Charge


and got tested in accordance with provisions of relevant BIS codes. In case test results
indicate that the cement arranged by the contractor does not conform to the relevant
BIS codes, the same shall stand rejected and shall be removed from the site by the
contractor at his own cost within a week’s time of written order from the Engineer-in-
Charge to do so. If the contractor uses Puzzolona Portland Cement (PPC) in lieu of
Ordinary Portland cement (OPC) necessary cost adjustment shall be made. The cement
of approved make as aforesaid in 50 kg bag bearing manufacturer’s name and ISI
marking, along with manufacturers test certificate for each lot shall be procured by the
contractor. It shall be noted that, if the contractor uses higher grade of cement, nothing
extra shall be paid.

a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as


amended upto date) shall be followed in regard to Concrete Mix Portion
and its production as under:
(i) The concrete mix design shall be done as “Design Mix Concrete” as
Prescribed in clause-9 of IS 456 mentioned above.
(ii) Concrete shall be manufactured in accordance with clause 10 of
above mentioned IS:456 covering quality assurance measures both
technical and organizational, which shall also necessarily require a
qualified Concrete Technologist to be available during manufacture of
concrete for certification of quality of concrete.
b) Minimum M30 grade of concrete shall be used in all structural elements made
with RCC cast-in-situ.
c) The cement shall be brought at site in bulk supply of approximately 50
tonnes or as decided by the Engineer-in-charge. The supply of cement shall be
taken in 50 kg bags bearing manufacturer's name and BIS mark. Samples of
cement arranged by the agency shall be taken by the Engineer-in-charge and got
tested in accordance with provisions of relevant BIS codes. In case the test

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 215

results indicate that the cement arranged by the agency does not conform to the
relevant BIS codes, the same shall stand rejected, and it shall be removed from
the site by the agency at its own cost within a week's time of written order from
the Engineer- in-charge to do so. Supply of cement shall be taken in 50-kg bags
bearing manufacturer’s name, or his registered trademarks if any and grade and
type of cement as well as ISI marking. The packing of the cement bags shall be as
per CPWD specifications 2019 with upto date correction slip.
d) The cement godown of the capacity to store a minimum of 2000 bags of
cement shall be constructed by the contractor at the site of work for
which no extra payment shall be made. Double lock provision shall be
made to the door of the cement godown. The keys of one lock shall remain
with the Engineer-in-charge or his authorized representative and the
keys of the other lock shall remain with the contractor. The contractor
shall be responsible for the watch and ward and safety of the cement
godown. The contractor shall facilitate the inspection of the cement godown
by the Engineer-in-charge at any time.
e) The cement shall be got tested at a frequency of one test for 100 MT or part
thereof, by Engineer-in-charge and shall be used on work only after test results
have been received. All expenditure to be incurred for testing of samples e.g. supply of
material, packaging, sealing, transportation, loading, unloading, etc. including testing
charges shall be borne by the contractor.
f) The cement shall be got tested by the Engineer-in-charge and shall be used on
the work only after satisfactory test results have been received. The agency shall
supply free of charge the cement required for testing including its transportation
cost to testing laboratories. The cost of tests shall be borne by the agency.

The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in clause 10 of the contract. The
theoretical consumption of cement shall be worked out as per procedure
prescribed in clause 38 of the contract and shall be governed by conditions
therein. The agency is to submit all the records related to consumption of
cement for working out the amount admissible under clause 10.
g) Cement brought to site and cement remaining unused after completion of work
shall not be removed from site without written permission of the Engineer-in-
charge.
h) Damaged cement shall be removed from site immediately by the contractor on
receipt of notice in writing from the Engineer-in-charge. If he does not do so
within three days of receipt of such notice, the Engineer-in-charge shall get
it removed at the cost of the contractor.
i) The contractor shall, at his own expense procure and provide all materials
including cement and steel required for the work.
j) The contractor shall procure all the materials in advance so that there is
sufficient time to testing and approving of the materials and clearance of the
same before use in work.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 216

k) All materials brought by the contractor for use in the work shall be got checked
from the Engineer-in-Charge or his authorized representative of the work on
receipt of the same at site before use.
l) The contractor shall also employ necessary watch and ward establishment for the
safe custody of materials at his own cost.
m) Contractor has to produce manufacturers test certificate for each lot of cement
& steel procured at site.
n) The Regulation of minimum cement content (kg/ cum) for various grade of
design mix concrete are indicated in material specifications for RCC works.

o) Cement should be kept in godowns under double locks and keys and its
consumption account invariably maintained, whether the cement is
supplied departmentally or arranged by the contractor. A register should be
maintained at the site for this purpose. This register should contain the
columns as shown in Appendix-28. (CPWD Works Manual 2014).
The pages of the register should be machine numbered and each page initialed
by the EE. The cement godown and the register are required to be checked by
the AE/EE in- charge of the work as per following schedule.
i) At least weekly or fortnightly, respectively in case of works at the
Headquarters of AE/EE.
ii) Whenever they visit the site of work in case of works located outside
the Sub-Divisional/Divisional Head Quarters.
p) In case 43 grade Ordinary Portland Cement is not available, the contractor will be
allowed to use 53 grade Ordinary Portland Cement (confirming to IS: 12269), subject
to documentary evidence produced by the contactor regarding non availability of the
specified grade and also subject to independent verification by the Engineer-in-
Charge. Nothing extra shall be paid for this.
q) As per the Design mix if use of fly ash is necessary the fly ash shall be conforming to
IS 3812 (Part –I) is permitted in cement concrete work as partial substitution of OPC
subject to fulfilment of conditions as per IS 1489 (Part-I) and satisfying the condition
of minimum cement content.

STEEL REINFORCEMENT :

1. The contractor shall procure IS marked TMT bars of various grades from
(1) The Steel manufacturers such as SAIL, TATA Steel Ltd, RINL, Jindal Steel &
Power Ltd, JSW Steel Ltd or their authorized dealers having valid BIS license for
IS: 1786-2008(Amendment -1 November2012)
(2) The Steel manufacturers or their authorized dealers (as per following
selection criterion) having valid BIS license for IS: 1786-2008 (Amendment -1
November2012)

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 217

2. The procured steel should have following qualities:-


i. Excellent ductility, bend ability and elongation of finished product due to
possible refining technology.
ii. Consumption of steel should be accurate as per design.
iii. Steel should have no brittleness problem in finished product.
iv. Steel should carry the quality of corrosion and earthquake resistance.
v. Quality steel with achievement of proper level of sulphur and phosphorus as per
IS: 1786:2008.

3. For production of liquid steel to finish product at single/multiple locations with NABL
or any other similarly placed accrediting Government body which operates in
accordance with ISO/IEC17011 and accredits labs as per ISO/IEC 17025 conforming to
IS:1786 - 2008 (Amendement-1 November 2012).
4. The contractor shall have to obtain and furnish test certificates to the Engineer-in-
charge in respect of all supplies of steel brought by him to the site of work.
5. Samples shall also be taken and got tested by the Engineer-in-Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that
the steel arranged by the contractor does not conform to the specifications, the same
shall stand rejected, and it shall be removed from the site of work by the contractor
at his cost within a week time or written orders from the Engineer-in-Charge to do so.
6. The steel reinforcement bars shall be brought to the site in bulk supply of ten tonnes
or more as decided by the Engineer-in-charge.
7. The steel reinforcement shall be stored by the contractor at site of work in such a
way as to prevent distortion and corrosion and nothing extra shall be paid on this
account. Bars of different sizes and lengths shall be stored separately to facilitate
easy counting and checking.
8. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of
sufficient length shall be cut from each size of the bar at random at frequency not
less than that specified below:
9.

Size of bar For consignment below 100 For consignment above 100
tonnes tonnes
Under 10 mm dia bars One sample for each 25 tonnes One sample for each 40 tonnes
or part thereof or part thereof
10 mm to 16 mm dia One sample for each 35 tonnes One sample for each 45 tonnes
bars or part thereof or part thereof
Over 16 mm dia bars One sample for each 45 tonnes One sample for each 50 tonnes
or part thereof or part thereof
10. The contractor shall supply free of charge the steel required for testing including
transportation to testing laboratories. The cost of tests shall be borne by the
contractor.
11. The actual issue and consumption of steel on work shall be regulated and proper
accounts maintained as provided in the format provided in this document of the
contract. The theoretical consumption of steel shall be worked out as procedure
prescribed in clause 38 of the contract and shall be governed by conditions laid

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 218

therein. In case the consumption is less than theoretical consumption including


permissible variations recovery at the rate so prescribed shall be made. In case of
excess consumption, no adjustment need to be made.
12. Steel brought to site and steel remaining unused shall not be removed from site
without the written permission of the Engineer-in-charge.
13. The contractor shall submit original vouchers from the manufacturer for the total
quantity of steel supplied under each consignment to be used in the work. All
consignment received at the work site shall be inspected by the Site staff along with
the relevant documents before acceptance. The contractor shall obtain Original
Vouchers and Test Certificates and furnish the same to the Engineer-in-Charge in
respect of all the lots of steel brought by him from approved supplier to the site of
work. The original vouchers and test certificates shall be defaced by the Site staff and
kept on record in the site office.
14. The standard sectional weights referred to as in Table 5.4 in para 5.3.4 in CPWD
Specifications will be considered for conversion of length of various sizes of M.S. Bars,
Steel Bars and T.M.T. bars into Standard Weight.
15. Records of actual Sectional weights shall also be kept dia-wise and lot-wise. The
average sectional weight for each diameter shall be arrived at from samples from
each lot of steel received at site. The decision of the Engineer-in-Charge shall be final
for the procedure to be followed for determining the average sectional weight of
each lot. Quantity of each diameter of steel received at site of work each day will
constitute one single lot for the purpose. The weight of steel by conversion of length
of various sizes of bars based on the actual weighted average sectional weight shall
be termed as Derived Actual Weight. However for the stipulated issue of steel
reinforcement up to and including 10mm diameter bars, the actual weight of steel
issued shall be modified to take into account the variation between the actual and
the standard coefficients and the contractors’ accounts will be debited by the cost of
modified quantity.
16. (a) If the Derived Weight as in sub-para above is less than the Standard Weight as in
Sub-para above then the Derived Actual Weight shall be taken for payment provided,
if it is within the following tolerances specified in IS1786-2008, otherwise whole lot
will be rejected.

Tolerances on Nominal Mass


Tolerance Nominal mass Percent
Nominal Size in mm Batch on Individual Individual
Sample* sample for coil**
Upto and including 10 +7 % -8 % +8 %
Over 10 upto and
+5 % -6 % +6 %
Including 16
Over 16 +3 % -4 % +4 %

* For individual sample plus tolerance is not specified.


**For coils batch tolerance is not specified.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 219

b) If the Derived Actual Weight is found more than the Standard Weight, the
Standard Weight as per in sub-para above shall be taken for payment. In such case
nothing extra shall be paid for the difference between the Derived Actual Weight and
the Standard Weight.
17. The contractor shall procure all the steel well in advance so that there is sufficient
time to testing and approving of the materials and clearance of the same before use
in work.
18. All materials brought by the contractor for use in the work shall be got checked from
the Engineer-in-Charge or his authorized representative of the work on receipt of the
same at site before use.
19. The contractor shall also employ necessary watch and ward establishment for the
safe custody of materials at his own cost.
20. Contractor has to produce manufacturers test certificate for each lot of steel
procured at site.
21. The following procedure shall be followed in case of removal of rejected/sub-
standard materials from the site of work.
i) Whenever any material brought by the contractor to the site of work is
rejected, entry thereof should invariably be made in the site order book
under the signature of the AE/AEE giving approximate quantity of such
materials.
ii) As soon as the material is removed, a certificate to that effect may be recorded
by the AE/AEE against the original entry, giving the date of removal a mode
of removal i.e. whether by truck, carts or by manual labour. If removal is by
truck, the registration number of the truck should be recorded.

iii) When it is not possible for the AE/AEE to be present at the site of work at the
time of actual removal of the rejected/sub-standard materials from the
site the required certificate should be recorded by the Junior Engineer and
the AE/AEE should countersign the certificate recorded by the Junior Engineer.
CONCRETE WORK:-
The work shall be done in accordance with CPWD Specifications - 2019 - Vol. I &
Vol. II with upto date correction slips.

Plain Cement Concrete/Lean concrete:


Plain Cement Concrete / Lean concrete (M-10) in required thickness as per
design shall be laid below the raft and all type foundation works, below kerb stone,
under floors or wherever required as per CPWD Specifications Volume - I & II with
correction slips up to the last date of submission of tender documents.

1. R.C.C. WORK (DESIGN MIX CONCRETE)

The term machine batched, machine mixed and machine vibrated design mix
cement concrete used in the document shall mean the concrete produced in fully
automatic concrete batching & mixing plant, placed in position by the concrete
pump and vibrated by surface vibrator/ needle vibrator/ plate vibrator, as the case
may be to achieve the required strength and durability.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 220

Before start of RCC work concrete Mix Design shall be got done by the contractor
from a NABL accredited laboratory/ IIT/ NIT/JNTU laboratory with the approval of
Engineer-in-Charge. The RCC Work shall be carried out as per the Mix Design
approved by the Engineer-in-charge. No concreting shall be done until the mix
design is approved.

GENERAL:-

(i) The RCC work shall be done with RMC of Design Mix Concrete, unless otherwise
specified in the nomenclature of items, wherever letter M has been indicated, the
same shall imply for the Design Mix Concrete. The Ready Mix Concrete shall be as per
IS: 4926 and as per CPWD Specification and guide lines. For the nominal mix in RCC,
CPWD specification shall be followed. The Design Mix Concrete will be designed based
on the principles given in IS : 456, 10262 and SP 23. The contractor shall carry out
design mixes for each class of concrete indicating that the concrete ingredients and
proportions will result in concrete mix meeting requirements specified. The cement
shall be actually weighed as presumption of each bag having 50 kg shall not be
allowed. In case of use of admixture, the mix shall be designed with these ingredients
as well.

The agency shall use RMC, however the agency will be allowed to use DMC for small
structural elements like lintels/ chajjas etc. In both the cases design mix is to be got
approved from CPWD. In case of DMC to be used a proper computerised batch
mixing plant of appropriate capacity as decided by the Engineer in charge, shall be
used.

The specification mentioned herein below shall be followed for Design Mix Concrete.
INGREDIENT

i) Coarse Aggregate: - As per CPWD Specifications


Fine Aggregate: - As per CPWD Specifications.
Water: - As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement: Cement arranged by the contractor will be OPC (in bags) conforming to
IS: 8112.
ii) Admixture: - Type of Admixture shall be got approved from Engineer-in-
Charge. Admixtures of approved quality shall be mixed with concrete to
achieve the desired workability within specified water cement ratio. The
admixture shall conform to IS: 9103. The chloride content in the admixture
shall satisfy the requirement of BS: 5075. The total amount of chlorides in
the admixture mixed concrete shall also satisfy the requirements of IS : 456-
2000
iii) The contractor shall not be paid anything extra for admixture required for
achieving desired workability without any change in specified water cement
ratio for RCC / CC work.
iv) Grade of concrete:- The characteristic compressive strength of various
grades of Concrete shall be given as below:-

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 221

Compressive Specified
Minimum Maximum
Sl. Grade strength on characteristic
cement content water cement
No Designation 15cm cubes compressive
* (Kg per cum) ratio
min 7 days strength at
(As
N/mm2)
per mix 28 days
(i) M-25 25
(N/mm2) 330 0.50
Design
As per mix
(ii) M-30 30 340 0.45
Design
As per mix
(iii) M-10 10 220 0.60
Design

The Concrete mix will be designed for minimum workability as specified in para 7 of
IS–456-2000
v) WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE OR
AS DECIDED BY ENGINEER IN CHARGE.
Placing Conditions Degree of Workability Slum
p
(1) (2) (mm)
(3)
Lightly reinforced sections in Low 25-75
slabs, beams, walls, columns

Heavily reinforced section in slabs, Medium 50-100


beams, walls, columns.
Pumped concrete Medium 75-100

vi) The recommended values of slump for various members to confirm IS 456
vii) In the designation of concrete mix letter M refers to the mix and the
number to the specified characteristic compressive strength of 15 cm –
Cube at 28 days expressed in N/mm2.
viii) The concrete design mix with or without admixture will be carried out
by the Contractor and got tested by any reputed approved NABL
accredited laboratory / university as per direction of Engineer-In-Charge.

For such approval various ingredients for mix design as submitted by contractor
shall be sent to the lab/ test houses through the Engineer-In-Charge of the project and
got it tested in approved laboratories as may be decided by the Engineer-in-charge.
Sample of aggregate sent shall be preserved at site by the department. For each
different set of Coarse aggregates & Fine aggregates , fresh design shall be done and
got approved by the Department. The admixture if used by contractor shall be at his
own cost without any extra payment.

x) * Note: The Cement content means ordinary Portland cement of 43 grade.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 222

xi) In case of change of source or characteristic properties of the ingredients


used in the concrete mix during the work, a revised laboratory mix design
report conducted in approved Lab. by Engineer-In- Charge shall be submitted
by the contractor as per the direction of the Engineer in charge.
xii) The minimum cement content for M25 and M30 grade cement concrete shall
be 330kg/ cum and 340kg /cum respectively.
xiii) The Cement content means ordinary Portland cement of 43 grade. In
Design mix fly ash content not more than 30% by weight may be used along
with relevant code of practice / specifications shall be followed.

2. APPROVAL OF DESIGN MIX

(i) The mix design for a specified grade of concrete shall be done for
a target mean compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic Compressive Strength at 28
days s = Standard deviation which depends on degree
of quality control.
(ii) The degree of quality control for this work is “good” for which the standard
deviation (s) obtained for different grades of concrete shall be as per IS
relevant IS Standards/ Codes.
(iii) Out of the six specimen of each set, three shall be tested at seven days and
remaining three at 28 days. The preliminary tests at seven days are intended
only to indicate the strength to be attained at 28 days.

3. CHARGES FOR DESIGN MIX

(i) All cost of mix designing and testing connected therewith including charges
payable to the laboratory shall be borne by the Contractor.

4. DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED


CONCRETE BATCHING AND MIXING PLANT

4.1 The contractor shall bring Ready Mix Concrete from approved RMC plants as
mentioned in the list showing preferred Brands/ Manufacturers/Makes enclosed in
this NIT. The contractor has to produce text of MOU proposed to be entered
between purchaser (the contractor) and supplier (R.M.C. plant) to the Engineer-in-
charge. The Engineer-in-charge shall give approval in writing. The contractor shall
draw the MOU with approved RMC plant owner / company and submit to
Engineer-in-charge within a week of such approval. The contractor will not be
allowed to purchase ready mixed concrete without completion of above stated
formalities for use in this project.

4.2 Notwithstanding the approval granted by Engineer-in-charge in aforesaid manner,


the contractor shall be fully responsible for quality of concrete including input
control, transportation and placement etc.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 223

4.3 The Engineer-in-charge will reserve right to inspect at any such stage and reject the
concrete if he is not satisfied about quality of product. The contractor should
therefore draw MOU / agreement with RMC owner / company very carefully
keeping all terms and conditions / specifications forming a part of this tender
document.

(i) The Engineer-in-charge reserves the right to exercise control over the
ingredients, water and admixtures purchased, stored and to be used in the
concrete including conducting of tests for checking quality of materials,
recordings of test results and declaring the materials fit or unfit for use in
production of mix.
(ii) Calibration check of the RMC.
(iii) Weight and quantity check on the ingredients, water and admixtures added for
batch mixing.
(iv) Time of mixing of concrete.
(v) Testing of fresh concrete, recordings of results and declaring the mix fit or unfit
for use. This will include continuous control on the workability during production
and taking corrective action.

4.4 For exercising such control, the Engineer-in-charge shall periodically depute his
authorized representative at the RMC plant. It shall be responsibility of the
contractor to ensure that all necessary equipment manpower & facilities are
made available to E-in-C and/ or his authorized representative at RMC plant.
4.5 Ingredients, admixtures & water declared unfit for use in production of mix shall
not be used. A batch mix found unfit for use shall not be loaded into the truck for
transportation.
4.6 All required relevant records of RMC shall be made available to the Engineer-in-
charge or his authorized representative. The E-in-C shall, as required, specify
guidelines & additional procedures for quality control & other parameters in
respect of materials and production & transportation of concrete mix, which shall
be binding on the contractor & the RMC plant.
i) Proportioning Concrete
In proportioning cement concrete, the quantity of both cement and aggregates
shall be determined by weight. The cement shall be weighed separately from
the aggregates. Water shall either be measured by volume in calibrated tanks
or weighed. All measuring equipment shall be maintained in a clean and
serviceable condition. The amount of mixing water shall be adjusted to
compensate for moisture content in both coarse and fine aggregates. The
moisture content of aggregates shall be determined in accordance with IS:
2386 (Part III). Suitable adjustments shall also be made in the weights of
aggregates to allow for the variation in weight of aggregates due to variation in
moisture content.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 224

5. Production of Concrete
The concrete shall be RMC produced in a central batching and mixing plant with,
computerized printing for contents and admixture dosage. The batching plant
shall be fully automatic. Automatic batcher shall be charged by devices which,
when actuated by a Single starter switch will automatically start the weighing
operation of each material and stop automatically, when the designated weight
of each material has been reached. The batching plant shall have automatic
arrangement for dispensing the admixture and shall also be capable of
discharging water in more than one stage. A print out from the batching plant
for every lot shall be submitted. A batching plant essentially shall consist of the
following components: Separate storage bins for different sizes of aggregates,
silo for cement; and water storage tank.
Batching equipment Mixers Control panels Mechanical material feeding and
elevating arrangements

The Contractor shall arrange for inspection of automatic batching plant within
seven days of issue of letter of award to facilitate inspection and approval of
same by Engineer-In-Charge. Nothing extra will be paid for this.

The compartments of storage bins for aggregates shall be approximately of


equal size. The cement compartment shall be centrally located in the batching
plant. It shall be watertight and provided with necessary air vent, aeration
fittings for proper flow of cement & emergency cement cut off gate. The
aggregate and sand shall be charged by power operated centrally revolving
chute. The entire plant from mixer floor upward shall be enclosed and insulated.
The batch bins shall be constructed so as to pass by self-cleansing during
drawdown. The batch bins shall in general conform to the requirements of IS
:4925.

The batching equipment shall be capable of determining and controlling the


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

Measurement of Cement ±2% of the quantity of cement in each batch

Measurement of Water ±3% of the quantity of water in each batch

Measurement of ±3% of the quantity of aggregate in each batch


Aggregate
Measurement of ±3% of the quantity of admixture in each batch
Admixture

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 225

i. Mixing Concrete

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

ii. Transportation, Placing and Compaction of Concrete.

a) Mixed concrete from the batching plant shall be transported to the point of
placement by transit mixers or through concrete pumps or steel closed bottom
buckets capable of carrying 6 cum concrete. In case the concrete is proposed to
be transported by transit mixer, the mixer speed shall not be less than 4 rev/ min.
of the drum nor greater than a speed resulting in a peripheral velocity of the drum
as 70 m / minute at its largest diameter. The agitating speed of the agitator shall
be not less than 2 rev / min. nor more than 6 rev / min. of the drum. The number
of revolutions of the mixing drum or blades at mixing speed shall be between
70 to 100 revolutions for a uniform mix, after all ingredients, have been charged
into the drum. Unless tempering water is added, all rotation after 100 revolutions
shall be at agitating speed of 2 to 6 rev / min. and the number of such rotations
shall not exceed 250. The general construction of transit mixer and other
requirements shall conform to IS: 5892.
b) In case concrete is to be transported by pumping, the conduit shall be primed by
pumping a batch of mortar / thick cement slurry through the line to lubricate it.
Once the pumping is started, it shall not be interrupted (if at all possible) as
concrete standing idle in the line is liable to cause a plug. The operator shall
ensure that some concrete is always there in the pump-receiving hopper during
operation. The lines shall always be maintained clean and shall be free of dents.

c) Materials for pumped concrete shall be batched consistently and uniformly.


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

iii. PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND CONDUCTING


CONFIRMATORY TEST AT FIELD LAB.
a) The contractor shall make the cubes of trial mixes as per approved Mix design at
site laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 226

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

6 WORK STRENGTH TEST


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

7. TEST RESULTS OF SAMPLE

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

i) Standard of acceptance shall be same as specified in clause 16 of IS 456-2000.


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

9. Ultrasonic Pulse Velocity Method of Test for RCC

i) The underlying principle of assessing the quality of concrete is that


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

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 227

ii) The quality of concrete in terms of uniformity, incidence or absence of internal


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

Velocity criterion for Concrete Quality Grading.


Sl. No. Pulse velocity by Cross Concrete Quality Grading
Probing
1 Above 4.5
(km/se Excellent
c)
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium

4 Below 3.0 Doubtful

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


tests.

iii) Pulse velocity method of test of concrete is to be conducted for CPWD works as
a routine test. The acceptance criteria as per the above table will be applicable
which is as per IS 13311 (part-1): 1992. From the above “Good” and “Excellent”
grading are acceptable and below these grading the concrete will not be
acceptable.
iv) 5% of the total number of RCC members in each category i.e. beam, column,
slab and footing may be tested by UPV test method for establishing quality of
concrete. It is suggested that test be conducted on RCC beam near joint with
column, on RCC column near joint with beam, on RCC footings and rafts. On
RCC rafts a suitable grid can be worked out for determining number of tests. In
addition doubtful areas such as honeycombed locations, locations, where
continuous seepage is observed, construction joints and visible loose pockets
will also be tested.
v) The test results are to be examined in view of the above acceptance criteria
“Good” and “Excellent” and wherever concrete is found with less than required
quality as per acceptance criteria, repairs to concrete will be made.
Honeycombed areas and loose pockets will be repaired by grouting using
Portland Cement Mortar/Polymer Modified Cement Mortar /Epoxy Mortar ,etc.
after chipping loose concrete in appropriate manner. In areas where concrete is
found below acceptance criteria and defects are not apparently visible on
surface, injecting approved grout in appropriate proportion using epoxy grout
/acrylic Polymer modified cements slurry made with shrinkage compensating
cement / plain cement slurry etc will be resorted to for repairs.(refer relevant
chapters from CPWD Hand Book on Repairs and Rehabilitation of RCC
Buildings).Repair to concrete will be done till satisfactory results are obtained
as per the acceptance criteria by retesting of the repaired area. If satisfactory
results are not obtained dismantling and relaying of concrete will be done.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 228

10. COVER/SPACER BLOCK

The contractor shall provide approved type of support for maintaining the bars in
position and ensuring required spacing and correct cover of concrete to
reinforcement as called for in the drawings, spacer blocks of required shape and
size. Chairs and spacer bars shall be used in order to ensure accurate positioning
of reinforcement. Spacer blocks shall be cast well in advance with approved
proprietary pre-packed free flowing mortars of high early strength and same
colour as surrounding concrete ,Pre-cast cement mortar/concrete blocks/ blocks
of polymer shall not be used as spacer blocks unless specially approved by the
Engineer-in-charge, rate of RCC items is inclusive of cost of such cover blocks.

SHUTTERING/FORM WORK :-

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

Formwork design shall consider the following:


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

1. The work shall be done in accordance with CPWD Specifications - 2019 - Vol. I &
Vol. II with up to date correction slips.
2. Film coated marine plywood shuttering/ Steel shuttering as approved by the
Engineer- in- Charge shall be used by the contractor.
3. Minimum size of shuttering plates shall be 600mm x 900mm except for the case
when closing pieces required to complete the shuttering panels. Dented, broken,
cracked, twisted or rusted shuttering plates shall not be allowed to be used on the
work.
4. The shuttering plates shall be cleaned properly with electrically driven sanders to
remove any cement slurry or cement mortar or rust. Proper shuttering oil or
deboning compound shall be applied on the surface of the shutter plates in
the requisite quantity before assembly of steel reinforcement.
5. The joint filler shall be resilient closed cell expanded polyethene and non- tainting
as manufactured by Supreme Industries Ltd.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 229

6. For cast-in-situ (if required), the contractor has to arrange at site centering and
shuttering before two months from stipulated date of start of work. Only M.S.
centering / shuttering and scaffolding material unless & otherwise specified shall be
used for all R.C.C. work to give an even finish of concrete surface. However, marine-
ply shuttering in exceptional cases as per site requirement may be used on specific
request from contractor as approved by the Engineer-in-Charge. If Slab is casted
with ply wood shutter, ceiling shall be finished with one coat of cement primer
followed by two or more coats of cement based putty after preparing the surface
smooth. (Nothing extra shall be paid on this account)
7. Nothing extra shall be paid for the centering and shuttering, circular in shape
whenever the form work is having a mean radius exceeding 6m in plan.
8. In order to keep the floor finish as per architectural drawings and to provide
required thickness of the flooring as per specifications, the level of top surface of
R.C.C. shall be accordingly adjusted at the time of its centering, shuttering and
casting for which nothing extra shall be paid to the Contractor
9. As per general engineering practice, level of floors in toilet / bath, balconies,
corridors shall be kept 15 mm lower than corridor/ adjacent rooms/ general floors
and shuttering should be adjusted accordingly and slabs should be laid with slope
towards the drainage point. Nothing extra is payable on this account.
EXPANSION JOINT:-
1 General
a. Seismic/ separation/ expansion joints shall be provided where shown in the
drawings and as per CPWD specifications and as directed by Engineer-in-Charge.
They shall be constructed with in gap between the adjoining parts of the works of
the width specified.
b. The contractor shall ensure that no debris is allowed to enter and be lodged in
seismic/ separation/ expansion joints.

c. The expansion joint shall be cleaned and made dry completely. All loose materials shall
also be removed. The joints gap shall be made uniform in width and depth after
cleaning the joints. The backup materials of best quality shall be provided in position in
order to produce thoroughly together in required proportion as prescribed by
manufacture specification, so that a uniform mixture obtained. The mixed solution
shall be applied to two sides of the joint that it covers the sides complete. Disturbed
edges of RCC members near expansion joints shall be finished with rich mortar without
any extra work includes providing required width of expansion board in the joints and
measurement of expansion board only shall be taken.

2 . Floor to Floor / Floor to Wall Joints :


The factory made expansion joints system shall be of extruded aluminium base
members, self aligning / self centering arrangement and support plates etc. as per
ASTM B221-02. The system shall be such that it provides floor to floor / floor to wall
expansion control system for various vertical locations in load application areas
that accommodates multi directional seismic movement without stress to it’s
components. System shall consist of metal profiles with a universal Teak aluminium

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 230

base member designed to accommodate various project conditions and finish floor
treatments. The cover plate shall be designed of width and thickness required to
satisfy projects movement and loading requirements and secured to base members
by utilizing manufacturer’s pre-engineered self-centering arrangement that freely
rotates / moves in all directions. The Self – centering arrangement shall exhibit
circular sphere ends that lock and slide inside the corresponding aluminium
extrusion cavity to allow freedom of movement and flexure in all directions
including vertical displacement. Provision of Moisture Barrier Membrane in the
Joint System to have watertight joint is mandatory requirement all as per the
manufactures design and as approved by Engineer-in-Charge. (Material shall
conform to ASTM 6063).

3. Wall Joint (Internal / External):

Factory made Expansion joint system shall be of approved make and manufacture
and related with wall joint (internal/external) location as per drawings and
direction of Engineer-in-charge. The joints shall be of extruded aluminium base
members, self aligning/centering arrangement and support plates as per ASTM
B221-02. The material shall be such that it provides an Expansion Joints System
suitable for vertical wall to wall/wall to corner application with no slipping down
tendency amongst the components of the Joint System. The Joint System shall
utilize light weight aluminium profiles exhibiting minimal exposed aluminium
surfaces mechanically snap locking the multi-cellular to facilitate movement.
(Material shall conform to ASTM 6063).

4 . Roof locations :
It should be covered with coping concrete to slop on RCC upstanding beams at terrace level.

BRICK WORK:-
1. Unless otherwise specified All the structural and non-structural wall members shall
be with fly ash cement bricks of class designation 7.5 using cement mortar 1:6 (1
cement 6 coarse sand) 1:4 (1 cement 4 coarse sand) for 230 mm thick walls and
115mm thick wall respectively. RCC band of minimum 100mm thick at window
lintel level shall be provided. The work shall also include for leaving chases /
notches for dowels / cramps for all kinds of cladding to come over brick work.
2. The work shall be done in accordance with CPWD specifications 2019 Volume - I & II
with correction slips up to the last date of submission of tender documents.
3. Adequate mesh mechanism will be necessary to avoid ingress / transgress of
thermal cracks in the joints of the masonry.
4. Wherever required RCC Bands of required thickness shall be provided by the
contractor in the masonry walls as a part of scope of work, RCC bands shall be
properly anchored in columns for stability as directed by Engineer in charge.
5. For Low height Masonry Walls RCC Coping shall be provided of required sizes as per
Architectural Drawings.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 231

6. Wherever required and considered by Engineer-in-charge necessary to use FPS


bricks and fly ash cement bricks, the same shall be used in the work with mortar as
per CPWD specification. These shall also in the scope of work and tendered
amount.

STONE / GRANITE WORK:-

1. The execution of stones work shall be in general as per CPWD Specifications - 2019 -
Vol.I & Vol. II with up to date correction slips.
2. All holes, rebates, recesses etc. for providing fixing and inserts shall be
predrilled and precut and worked using precision machine tools. Nothing extra on
this account shall be payable.
3. Samples of each item of stone work either individually or in combination shall be
prepared for approval of Engineer-in-Charge before commencement of work.
4. Sequence of execution for cladding work shall be suggested by the contractor for
approval of Engineer-in-Charge.
5. For the steps (risers and treads) in the linear profile, the granite/ marble or like stone
shall be provided in single pieces as per the architectural drawings, unless otherwise
specifically permitted by the Engineer-in-Charge. Wherever grooves are required to be
provided the same is to be done as per architectural drawings and as directed by the
Engineer-in-charge. Wherever required, the joints shall be provided as per the
architectural drawings. Nothing extra shall be payable on these accounts.

6. The granite/ marble or like stone slabs used for providing and fixing in the sills, soffits
and jambs of doors, windows, ventilators and similar locations shall be in single piece
unless otherwise directed by the Engineer-in-Charge. Wherever stone slab other than in
single piece is allowed to be fixed, the joints shall be provided as per the architectural
drawings and as per the directions of the Engineer-in-Charge. Depending on the number
of joints, as far as possible, the stone slabs shall be procured and fixed in slabs of equal
lengths as per the architectural drawings and as directed by Engineer-in-Charge.

7. While fixing the granite/ marble or like stone slabs in sills, soffits and jambs of doors,
windows, ventilators etc., rebates shall be made by overlapping the stones at the
required places for fixing shutters for doors, windows and ventilators etc. as shown in
the architectural drawings and as per the directions of the Engineer-in-Charge. Epoxy
based adhesives shall be used for fixing the granite/ marble or like stones to each other,
or wherever required. The authorized overlap as per the architectural drawings or as
directed by the Engineer-in-Charge shall be measured for payment under the same item.
However, any extra mortar thickness required due to the overlap arrangement shall be
deemed to have been included in the rate of this item. Nothing extra shall be payable on
this account. The stone shall have uniform thickness and shall be provided in sizes as per
the architectural drawings. The stone slab shall have uniformly leveled surface after
fixing. All the joints shall be finished smoothly in a workmanlike manner.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 232

SCAFFOLDING:-

1. Double steel scaffolding having two sets of vertical supports shall be provided
for the external works at all levels. The supports shall be sound and strong, tied
together with horizontal pieces over which scaffolding planks shall be fixed.

WOOD WORK:-

1. The wood work in general shall be carried out as per CPWD Specifications - 2019
Vol.I & II with upto date correction slips.
2. All fittings and fixtures shall be got approved from the Engineer-in Charge
before procurement well in advance and the approved samples shall be kept at site
till completion of the work for which nothing extra shall be paid.
3. The shape and size of beading shall be as per drawings. The joints of beading
shall be mitered.

STEEL WORK:-

1. Work shall be carried out as per CPWD Specifications - 2019 - Vol.I & Vol. II with
upto date correction slips.

2. All welded steel work shall be tested for quality of weld as laid down in IS 822 :
1970 before actual execution.

SPECIFICATIONS FOR ALUMINIUM DOOR, WINDOW, VENTILATOR WORKS ETC.

1. Extent and intent

Minimum wt/m2 of aluminium for fixed & openable windows and doors
with frame shall be 15 kg. Aluminium section of the minimum medium
grade shall be used for work. The work shall be carried out through an
approved specialized agency, who shall furnish all materials, labour,
accessories, equipment, tool and plant and incidentals required for
providing and installing anodised aluminum doors, windows, claddings,
louvers and other items as called for on the drawings. The drawings and
specifications cover the major requirement only. The supplying of additional
fastenings, accessory features and other items not mentioned specifically
herein, but which are necessary to make a complete installation shall be a
part of this contract.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 233

2. General
Aluminium doors, windows etc. shall be of sizes, section details as shown on
the drawings. The details shown on the drawings indicate generally the
sizes of the components parts and general standards. These may be varied
slightly to suit the standard adopted by the manufacturer. Before
proceeding with any manufacturing, the contractor shall prepare and
submit complete manufacturing and installation drawings for approval of
the Engineer-in-Charge and no work shall be performed until the approval
of these drawings is obtained.

3. Shop Drawings

The contractor shall submit the shop drawings of doors. Windows, louvers,
cladding and other aluminum work, based on architectural drawings, to the
Engineer-in-Charge for his approval. The drawings shall show full size
sections of doors, windows etc. thickness of metal (i.e wall thickness),
details of construction, sub frame/ rough ground profile, Anchoring details,
hardware as well as connection of windows, doors and other metal work to
adjacent work. Samples of all joints and methods of fastening and joining
shall be submitted to the Engineer-in-Charge for approval well in advance of
commencing the work.

4. Samples

Samples of doors, windows, louvers etc. shall be fabricated, assembled and


submitted to the Engineer-in-Charge for his approval. They shall be of sizes
types etc. as decided by Engineer-in-Charge. All samples shall be provided
at the cost of the contractor.

5. Sections

Minimum doors and windows shall be fabricated from extruded section of


profile of detailed on drawings. The sections shall be extruded by the
manufacturers approved by the Engineer-in-Charge. The aluminum
extruded sections shall conform IS Designation 63400-WP (HV9WP Old
designation) with chemical Composition and technical properties as per IS
733 and IS : 1285. The permissible dimensional tolerance of the extruded
sections shall be such as not to impair the proper and smooth function/
operation and appearance of doors and windows.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 234

6. Fabrication

Doors, windows, etc. shall be fabricated to sizes as shown, at factory and


shall be of section, sizes combinations and details as shown in the
Architectural Drawings. All doors, windows etc. shall have mechanical
joints. All members shall be accurately machined and fitted to form hairline
joints prior to assembly. The joint and accessories such as cleats, brackets,
etc. shall be of such materials as not to cause any bimetallic action. The
fabrication of doors, windows, etc. shall be done in suitable sections to
facilitate easy transportation, handling and installation. Adequate provision
shall be made in the door and window members for anchoring to support
and fixing of hardware and other fixtures as approved by the Engineer-in-
Charge.

7. Powder Coating
All aluminum sections shall be powder coated 50 micron to required color
as specified in the item and as per direction of Engineer-in-Charge.
Polythene tape protection shall be applied on the powder coated section
before they are brought to site. All care shall be taken to ensure surface
protection during transportation, storage at site and installation. The tape
protection shall be removed on installation. The samples will be tested in
the approved laboratory and cost of samples, cost of testing, shall be borne
by the contractor.

8. Protection of Finish

All aluminum members shall be wrapped with approved self adhesive non-
staining PVC tapes.

9. Handling and stacking

a. Fabricated materials shall be stacking in an approved manner to protect the


material against any damage during transportation. The loading and unloading
shall be carried out with utmost care, on receipt of materials at site, they shall be
carefully examined to detect any damaged pieces. Arrangements shall be made for
expeditious replacement of damaged piece/ parts. Materials found to be
acceptable on inspections shall be repacked in crates and stored safely.

b. In the case of Composite windows and doors, the different units are to be
assembled first. The assembled Composite units should be checked for line, level
and plumb before final fixing is done. Units may be serial numbered and identified
as how to be assembled in their final location of situation so warrants.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 235

c. Where aluminum comes into contact with masonry brickwork, concrete, planter or
dissimilar metals, it shall be coated with approved insulation lacquer, paint or
plastic tape to ensure that electro- chemical corrosion is avoided. Insulation
material shall be trimmed off to a clean flush line on completion.

d. The contractor shall be responsible for assembling Composite, bedding and filling
the groove with backup roads polysulphide sealant inside and outside, placing the
doors, windows etc. in their respective opening. After the doors/ windows have
been fixed in their correct assigned position, the open hollow sections abutting
masonry concrete shall be fitted with approved polysulphide sealant densely
packed and neatly finished.
e. The contractor shall be responsible for doors, windows, etc. being set straight
plumb, level and for their satisfactory operation after fixing is complete.

10. Installation

10.1 Just prior to installation the doors, windows etc. shall be uncrated and stacked on
edge on level bearers and supported evenly. The frame shall be fixed into position
true to line and level using adequate number of expansion machine bolts, anchor
fasteners of approved size and manufacturer and in an approved manner. The holes in
concrete/ masonry members for housing anchor bolts shall be drilled with an electric
drill.

10.2 The doors, windows assembled as shown on drawings shall be placed in correct final
position in this opening and marks made on concrete members at jambs, sills and heads
against the holes provided in frames for anchoring. The frame shall then be removed from
the opening and laid aside. Neat hole with parallel sides of appropriate size shall then be
drilled in the concrete members with an electric drill at the marking to house the
expansion bolts. The expansion bolts shall then be inserted in the holes, struck with a light
hammer till the nuts is forced into the anchor shell. The frame shall then be placed in final
position in the opening and anchored to the support through cadmium plated machine
screws of required size threaded to expansion bolts. The frame shall be set in the opening
by using wooden wedges at supported and bar plumbed in position. The wedges shall
invariably be placed at meeting points of glazing bars and frames.

11. Neoprene Gaskets


The contractor shall provide and install Neoprene gaskets of approved size and profile at
all locations as shown and as called for to render the doors, windows etc. absolutely air
tight and weather tight. The contractors shall produce samples of the gaskets for approval
and procure after approval only.

12. Fittings
Hinges, stays, handles, tower bolts, locks and other fittings shall be of excellent quality
and manufacturers shall be approved by the Engineer-in-Charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 236

13. Manufacturer’s Attendance

The manufacturer immediately prior to the commencement of glazing shall adjust and
set all windows and doors and accept responsibility for the satisfactory working of the
opening frames.

14. Mastic Cement


The gaps between frames and supports and also any gaps in the windows section shall be
raked out as directed and filled with mastic cement of approved colour and make to
ensure complete water tightness. The mastic cement shall be of such colour and
Composition that it would not stain the masonry/ concrete work, shall receive paint
without bleeding, will not sag and shall not set hard or dry out under any conditions of
weather. The samples of mastic cement to be used for this purpose shall be got approved
by the Engineer-in-Charge before its actual use.

15. Sealant

 Use modified silicone for joint subject to movement and in glazing.


 Surfaces to receive sealant shall be properly prepared, cleaned, primed and
excess sealant removed from finished surfaces.
 Sealed joints shall be neatly tooled and surfaces smoothed.
 Follow the instruction of the sealant manufacturers.
 Colour of the sealant shall be approved by the Engineer-in-Charge.

15.1 Glazing

 Glazing shall generally be accomplished from the inside of building.


 The glazing system shall be designed to this end use a continuous E.P.D.M
compression gaskets on both sides (Present Gasket on one side of glazing pocket
and roll in gasket on another side). A continuous wet seal shall be employed to
ensure a complete water tightness.
 Maintain a minimum glazing bite, edge clearance and surface clearance depending
on the glass as recommended by the glass manufacturer.

15.2 Sealant and Gasket Application


 Sealant and gasket shall be provided wherever shown in the drawings or required
for a permanently weather tight installation. The sealing mechanism is necessary
but is not indicated, it shall be of type recommended by the subcontractor and
approved by the Engineer-in-Charge.
 All adjoining surfaces shall be protected to receive sealant against staining by
masking and/ or other methods.
 Joints and joint surfaces shall be clean, dry, and free of any material that may
have an adverse effect on the bonding and/ or seal of the sealant and gasket
materials.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 237

 Apply sealant and gasket under the conditions recommended by the


manufacturer(s). Prime all surface to receive sealant and gasket unless
recommended otherwise, use no sealant that has started to set in its container or a
sealant that has exceeded the self life published by the manufacturer.

 Fill all joints continuously and completely with sealant, forming a neat, uniform,
concave bead. Finish the material flush with adjoining surfaces unless shown on
the drawings. All sealant surfaces shall be tooled smooth.
 Tensile or shear stress in structural silicone sealant joint shall not exceed 1.4 kg./
sqm.

16. Protection & Cleaning


The contractor shall adequately protect all components and accessories from
damage during shipments, storage at job site, erection and after completion of the
work. At such time as may be directed, the sub contractor shall remove all
protective tapes or coating, thoroughly clean all anodised aluminum and glass
surfaces with suitable cleaning agent, make final adjustments to all ventilators, etc.
and hardware leaving all in first class working order.

17. Details of Tests

17.1 The various tests on aluminum sections shall be conducted in accordance with the
relevant IS codes.

17.2 The minimum number of tests for powder coating and corrosion resistance shall be
as given below:

S.No. Details No. of Tests


(i) Doors, Windows & Ventilators 5% of Nos. manufactured.

17.3 The samples of major member of each unit of doors/ windows shall be selected at
random by Engineer-in-Charge as such that all the aluminum section be got tested.

a. The cost of samples, carriage or the samples and testing charges, if any, shall be
borne by the contractor.

18 Acceptance Criteria

The aluminum sections shall conform to the provisions of the relevant working drawings.
The sectional weight of any aluminum section is higher than the permissible variation
same shall be accepted.

18.1 Guarantee Bond:- All aluminum work shall carry two years guarantee after
completion of the work against water leakage, unsound material and workmanship and
defective anodising as per guarantee bond at annexure-III.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 238

Two years guarantee in prescribed Performa attached at Annexure-IV must be given by


the specialized firm, which shall be counter signed by the contractor, in token of his
overall responsibility in addition 10% (Ten percent) of the cost of these items would be
retained as guarantee to which the performance of the work done. The cost guarantee
against this item of work shall be in addition to the security deposit mentioned elsewhere
in the contract form. If any defect is noticed during the guarantee period, it should be
rectified by the contractor within seven days, and if not attended to the same will be got
done from another agency at the risk and cost of the contractor.
However, this security deposit can be released in full, if bank guarantee of equivalent
amount for two years is produced and deposited with the department.

19 . Work shall be carried out as per CPWD Specifications- 2019 Vol-.I & Vol.-II with upto
date correction slips.

FLOORING:
1. All work in general shall be carried out as per CPWD Specifications- 2019 - Vol.I &
Vol. II with upto date correction slips.
2. Whenever flooring is to be done in patterns tiles/ stone, the contractor shall get
samples of each pattern laid and approved by the Engineer-in-Charge before
final laying of such flooring for which nothing extra shall be paid.
3. Different stones/ tiles used in pattern flooring as per the approved architectural
drawings and nothing extra for laying pattern flooring shall be paid. No additional
wastage if any shall be accounted for any extra payment.
4. The proper gradient shall be given to flooring for toilets, balconies, kitchen,
corridors, court yard, etc. as per the directions of Engineer-in-Charge. For this
there may be extra thickness of mortar below the tiles/stone slabs. These
gradients should be ensured in the shuttering itself. Nothing extra shall be paid for
this as this is included in awarded cost/tendered cost.
5. Ceramic Tiles/Vitrified Tiles Work/ Granite stone flooring
a) Work shall be carried out as per CPWD Specifications- 2019 Vol I & II with
up to date correction slips and as per manufactures specifications.
b) Rates shall be inclusive of all operations including labour, material, wastage,
T&P, scaffolding etc. complete. Nothing extra shall be payable on any account.
c) One piece Granite stone of 18 mm thick for treads / risers in staircase shall be
used including rounding of nose and nothing extra shall be paid on this
account.
d) POP protection layer shall be laid on all finished floors for protection from
damage during execution of other items of work in that area which shall be
removed and cleaned just before handing over of the premises for which
nothing extra shall be paid.
e) The testing of tiles shall be carried out at prescribed frequency and
methodology as per IS 13630.
The testing of granite slabs shall be carried out at frequency of one test for each
lot.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 239

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

Staircase and Entrance Steps & Risers :


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

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 240

Window / Glazing Sill:


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

Granite Stone Work:


This can be read for Flooring / Skirting / Dado / Cladding works. Machine cut
marble stone / granite stone slabs shall be of thickness not less than 18mm.
Colour of marble or granite shall be uniform and the slabs free from all defects
and impurities treated by Promotec Machine confirming to IS 3316/74 factory
polished by Breton etc. The granite and Marble proposed by the Architect are
mentioned in material palette. No change shall be permitted and contractor
needs to provide minimum three samples of each stone to Engineer in charge
for approval.

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


a) Colour Consistency
b) Tonal Range
c) Cutting direction (it should be along the length)
Test for stone slabs shall be conducted in accordance of relevant BIS codes /
CPWD specifications for stone properties.
Laying and cladding of stone work shall be carried out as per CPWD specifications.

Kota Stone Work:


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

Double Charged Vitrified/ Ceramic Tile Work:


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

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 241

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

Stainless Steel Railing/Handrails:


a) The contractor shall supply all materials, labour, tools, ladders,
scaffolding and other equipments necessary for the completion and
protection of all stainless steel work.
b) All stainless steel pipes and plates shall conform to AISI 304 grade of
thickness not less than 3.2mm and the relevant clauses associated with this
grade of steel to be followed.
c) Surface finish of all the stainless steel materials will be in 240 grit satin finish /
matt finish.
d) Fixing shall be done by stainless steel expansion bolts of approved size and
make as per Engineer-in-charge and welding to be done by using organ
welding rods and the surface being duly finished and cleaned by K2
passivation, which is nitric acid plus fluoric acid solution treatment by
which the chances of corrosion will be eliminated and any burn out makes on
the metal will also be eliminated.
e) All stainless steel material will have to be coated by a solution of Inox to avoid
finger in prints and avoidance of settlement of environment / atmospheric
dust.

ROOFING, WATER PROOFING & INSULATION


ROOFING WORK :
All roofing work in general shall be carried out as per CPWD Specifications 2019,
Volume-I & II with revisions/ amendments / correction slips upto last date of bid
submission (including extensions if any). Schedule of finishes mentioned in tender
documents shall be followed in case of deviation/different detailing is shown in Drawings.
Before taking up any procurement/construction activity, shop drawings shall be prepared
and submitted for obtaining approval from Engineer-in-Charge.
G.I. Metal False Ceiling:
False ceiling shall be provided with Gl Clip in Metal Ceiling System of 600x600 mm module
which includes providing and fixing 'C' wall angle of size 20x30x20 mm made of 0.5 mm thick
pre painted steel along the perimeter of the room with help of nylon sleeves and wooden
screws at 300 mm center to centre, suspending the main C carrier of size 10x38x10 mm
made of G.I steel 0.7 mm thick from the soffit with help of soffit cleat 37x27x25x1.6 mm,
rawl plugs of size 38x12 mm and C carrier suspension clip and main carrier bracket at 1000
mm c/c. Inverted triangle shaped Spring Tee having height of 24 mm and width of 34 mm

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 242

made of Gl steel 0.45 mm thick is then fixed to the main C carrier and in direction
perpendicular to it at 600 mm centers with help of suspension brackets. Wherever the main
C carrier and spring T have to join, C carrier and spring T connectors have to be used. All
sections to be galvanized @ 120 gms/sqm (both side inclusive), fixing with clip in tiles into
spring T with : 12.54.1 GI Metal Ceiling Clip in plain Beveled edge global white color tiles of
size 600x600 and 0.5 mm thick with 25 mm height, made of G I sheet having galvanizing of
100 gms/ sqm (both sides inclusive) and electro statically polyester powder coated of
thickness 60 microns (minimum), including factory painted after beading (as per DSR 2021
item No.12.54.1 as per CPWD specifications.)

Glass Reinforced Gypsum False Ceiling Tiles:


Providing & fixing false ceiling at all heights with GRG (Glass Fibre Reinforced Gypsum) false
ceiling tiles of Size 595x595 mm of approved texture, design and patterns having moisture
content less than 2%, humidity resistance of 99%, NRC 0.50 to 0.75 as per IS 8225:1987 Non
combustible as per BS 476 (part 4)-1970 and light reflectance of 85% (minimum) to be laid in
true horizontal level suspended on inter locking metal T-Grid of hot dipped galvanised iron
section of 0.33mm thick (galvanized @ 120 grams per sqm including both sides) comprising
of main-T runners of size 15x32 mm of length 3000 mm, cross - T of size 15x32 mm of length
1200 mm and secondary intermediate cross-T of size 15x32 mm of length 600mm to form
grid module of size 600 x 600 mm, suspended from ceiling using galvanised mild steel items
(galvanizing @ 80 grams per sqm) i.e. 50 mm long, 8 mm outer diameter M-6 dash fasteners,
6 mm dia fully threaded hanger rod upto 1000 mm length and L-shape level adjuster of size
85x25x2 mm. Galvanised iron perimeter wall angle of size 24x24x0.40 mm of length 3000
mm to be fixed on periphery wall / partition with the help of plastic rawl plugs at 450 mm
center to center and 40 mm long dry wall wood screws. The work shall be carried out as per
specifications, drawing and as per directions of the Engineer-in-Charge With fully perforated
12 mm thick micro tegular edged or 10 mm thick square edged GRG false ceiling tiles

Glass Reinforced Gypsum (GRG) Board False Ceiling:


False ceiling at all height including providing and fixing of frame work made of special
sections, power pressed from M.S. sheets and galvanized with zinc coating of 120 gms/sqm
(both side inclusive) as per IS : 277 and consisting of angle cleats of size 25 mm wide x 1.6
mm thick with flanges of 27 mm and 37mm, at 1200 mm centre to centre, one flange fixed
to the ceiling with dash fastener 12.5 mm dia x 50mm long with 6mm dia bolts, other flange
of cleat fixed to the angle hangers of 25x10x0.50 mm of required length with nuts & bolts of
required size and other end of angle hanger fixed with intermediate G.I. channels 45x15x0.9
mm running at the spacing of 1200 mm centre to centre, to which the ceiling section 0.5
mm thick bottom wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5
mm, at 450 mm centre to centre, shall be fixed in a direction perpendicular to G.I.
intermediate channel with connecting clips made out of 2.64 mm dia x 230 mm long G.I.
wire at every junction, including fixing perimeter channels 0.5 mm thick 27 mm high having
flanges of 20 mm and 30 mm long, the perimeter of ceiling fixed to wall/partition with the
help of rawl plugs at 450 mm centre, with 25mm long dry wall screws @ 230 mm interval,

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 243

including fixing of gypsum board to ceiling section and perimeter channel with the help of
dry wall screws of size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush
finish of tapered and square edges of the board with recommended jointing compound ,
jointing tapes , finishing with jointing compound in 3 layers covering upto 150 mm on both
sides of joint and two coats of primer suitable for board, all as per manufacturer's
specification and also including the cost of making openings for light fittings, grills, diffusers,
cutouts made with frame of perimeter channels suitably fixed, all complete as per drawings,
specification and direction of the Engineer in Charge but excluding the cost of painting with :
12.5 mm thick tapered edge Glass Reinforced Gypsum (GRG) board conforming to IS: 2095-
(Part 3):1996 (Boards with BIS certification marks)

GYPSUM PLAIN BOARD:


It shall be 12.5 mm thick tapered edge gypsum plain board conforming to IS: 2095- (Part I)
: 2011 (Board with BIS certification marks)false ceiling at all height including providing and
fixing of frame work made of special sections, power pressed from M.S. sheets and
galvanized with zinc coating of 120 gms/sqm (both side inclusive) as per IS : 277 and
consisting of angle cleats of size 25 mm wide x 1.6 mm thick with flanges of 27 mm and
37mm, at 1200 mm centre to centre, one flange fixed to the ceiling with dash fastener
12.5 mm dia x 50mm long with 6mm dia bolts, other flange of cleat fixed to the angle
hangers of 25x10x0.50 mm of required length with nuts & bolts of required size and other
end of angle hanger fixed with intermediate G.I. channels 45x15x0.9 mm running at the
spacing of 1200 mm centre to centre, to which the ceiling section 0.5 mm thick bottom
wedge of 80 mm with tapered flanges of 26 mm each having lips of 10.5 mm, at 450 mm
centre to centre, shall be fixed in a direction perpendicular to G.I. intermediate channel
with connecting clips made out of 2.64 mm dia x 230 mm long G.I. wire at every junction,
including fixing perimeter channels 0.5 mm thick 27 mm high having flanges of 20 mm and
30 mm long, the perimeter of ceiling fixed to wall/partition with the help of rawl plugs at
450 mm centre, with 25mm long dry wall screws @ 230 mm interval, including fixing of
gypsum board to ceiling section and perimeter channel with the help of dry wall screws of
size 3.5 x 25 mm at 230 mm c/c, including jointing and finishing to a flush finish of tapered
and square edges of the board with recommended jointing compound , jointing tapes ,
finishing with jointing compound in 3 layers covering upto 150 mm on both sides of joint
and two coats of primer suitable for board, all as per manufacturer's specification and also
including the cost of making openings for light fittings, grills, diffusers, cutouts made with
frame of perimeter channels suitably fixed, all complete as per drawings, specification and
direction of the Engineer in Charge including painting with premium emulsion paint having
low VOC with necessary primer over cement based putty :

a) Cutouts for light and A/C fixtures: Tendered cost shall include the cost of
making cut outs required for fixing light fixtures, air-conditioning diffusers, and
fire detectors, etc. No extra payment shall be made for making cut outs.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 244

b) Fire Resistance: The ceiling tiles should be as per BS: 476 (Part IV) and to be
classified in class 1 for spread of flame as per BS: 476 (Part VII) and class O for
propagation as per BS: 476 (Part VI).
i. Thermal Properties: The tiles should have a low thermal conductivity of
0.43w/m˚KC.
ii. Acoustic properties: The tiles offer an average NRC of 0.50 and a
sound attenuation STA – 32 dB.

c) Effect of temperature: The tiles should be suitable for use in high temperature
area due to their low heat conductivity. They can also be subjected to freezing
temperatures without risk of damages.

Water Proofing of terrace/ Sunken Portion Area/ water storage tank.

A. On Terrace :
Integral cement based water proofing treatment including preparation of surface as
required for treatment of roofs, balconies, terraces etc consisting of following
operations:

a. Applying a slurry coat of neat cement using 2.75 kg/ sqm of cement admixed with
water proofing compound conforming to IS. 2645 and approved by Engineer-in-
Charge over the RCC slab including adjoining walls upto 300 mm height including
cleaning the surface before treatment.
b. Laying brick bats with mortar using broken bricks/brick bats 25 mm to 115 mm size
with 50% of cement mortar 1:5 (1 cement : 5 coarse sand) admixed with water
proofing compound conforming to IS : 2645 and approved by Engineer-in-Charge
over 20 mm thick layer of cement mortar of mix 1:5 (1 cement : 5 coarse sand)
admixed with water proofing compound conforming to IS : 2645 and approved by
Engineer-in-Charge to required slope and treating similarly the adjoining walls upto
300 mm height including rounding of junctions of walls and slabs.

c. After two days of proper curing applying a second coat of cement slurry using 2.75
kg/ sqm of cement admixed with water proofing compound conforming to IS : 2645
and approved by Engineer-in-Charge.

d. Finishing the surface with 20 mm thick jointless cement mortar of mix 1:4 (1
cement : 4 coarse sand) admixed with water proofing compound conforming to IS:
2645 and approved by Engineer-in-Charge including laying glass fibre cloth of
approved quality in top layer of plaster and finally finishing the surface with trowel
with neat cement slurry and making pattern of 300x300 mm square 3 mm deep.
e. The whole terrace so finished shall be flooded with water for a minimum period of
two weeks for curing and for final test. All above operations to be done in order
and as directed and specified by the Engineer-in-Charge:.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 245

f. Average thickness of 120 mm and minimum thickness at khurra as 65 mm

B. In Toilet Portion : ( There is no sunken floors in toilet blocks )

a) Grouting all the joints with non-shrink cement polymer based grout using
CONBEXTRA GP2 of M/s Fosroc or equivalent, Bore packing of pipes, sleeves,
etc., applying a coat of styrene-butadiene based polymer coating of
NITOBOND SBR of M/s Fosroc or equivalent.
b) Providing and applying at the junction of slab and vertical offsets with
cement mortar 1:4 admixed with NITOBOND SBR of M/s Fosroc or
equivalent at required dosage as recommended by manufacturer.
c) Providing and applying NITO PROOF 600 Std of M/s Fosroc or equivalent
single component polyurethane of medium viscosity grade (approximately
600 poise), spray applied, to give a tough elastomeric waterproof membrane
of minimum DFT of 1.30mm, properties conforming to ASTM standards.

C. Water storage tanks ( UG Sump & Terrace water tank) :


a. Grouting all the joints with non-shrink cement polymer based grout using
CONBEXTRA GP2 of M/s Fosroc or equivalent, Bore packing of pipes, sleeves,
etc., applying a coat of styrene-butadiene based polymer coating of NITOBOND
SBR of M/s Fosroc or equivalent.
b. Providing and applying at the junction of slab and vertical offsets with
cement mortar 1:4 admixed with NITOBOND SBR of M/s Fosroc or
equivalent at required dosage as recommended by manufacturer.
c. Providing and applying on internal & external surfaces of walls and on top of
bottom slab, NITO PROOF 600 Std of M/s Fosroc or equivalent single
component polyurethane of medium viscosity grade (approximately 600
poise), spray applied, to give a tough elastomeric waterproof membrane of
minimum DFT of 1.30mm, properties conforming to ASTM standards.
d. Laying protective and slope making float finished concrete screed of using
M20 grade concrete, mixed with CONPLAST X4211C of M/s Fosroc or
equivalent integral based water proofing admixture, in proper slope
including making golas at the junctions of horizontal and vertical surfaces,
finished with 12mm thick cement plastering in CM 1:4 mixed with
CONPLAST X4211C of M/s Fosroc or equivalent integral based water
proofing admixture including floating coat of neat cement slurry mixed with
CONPLAST X4211C of M/s Fosroc or equivalent on top of bottom slab all
complete as per manufacturer’s specifications and directions of Engineer-in-
charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 246

e. NITO PROOF 600 PF coating on internal and external surfaces of walls shall
be protected with 12mm thick cement plaster of 1:4 cement mortar (1
cement:4 coarse sand) finished with a floating coat of neat cement punning.
Guarantee Bond
a) Ten years guarantee bond in prescribed proforma attached herewith shall
be submitted by the contractor which shall also be signed by both the
specialized agency and the contractor to meet their liability/ liabilities under
the guarantee bond. However, the sole responsibility about efficiency of
water proofing treatment shall rest with the main contractor.
b) 10% (Ten percent) of the cost of water proofing work shall be retained as
security deposit and the amount so withheld would be released after
Ten years from the date of completion of the entire work under the
agreement, if the performance of the work done is found satisfactory. If
any defect is noticed during the guarantee period, it shall be rectified by the
contractor within seven days of receipt of intimation of defects in the
work. If the defects pointed out are not attended to within the specified
period, the same will be got done from another agency at the risk and cost
of contractor.
c) However, the security deposit deducted may be released in full against bank
guarantee of equivalent amount in favour of authority intimated by
Engineer-in-Charge, if so decided by the Engineer-in- Charge.
d) The security deposit against this item of work shall be in addition to the
security deposit mentioned elsewhere in contract form.
FINISHING:
1. The work shall be carried out as per CPWD Specifications- 2019 Vol.-I & Vol. II with
upto date correction slips.
2. All painting material shall brought to the site of work in the original sealed
containers. The material brought to the site of work shall be sufficient for at least
30 days of work. The material shall be kept under the joint custody of
contractor and representative of the Engineer-in-Charge. The empty contains
shall not be removed from the site till the completion of the work without
permission of the Engineer-in-Charge.
3. Paint register shall be maintained as per CPWD proforma for periodical verification
by CPWD.
4. Contractor needs to refer architectural drawing, detail elevations, sections (both
interior and Architectural related), room data sheet and material palette attached
with tender document for the location and finishing specifications recommended.
No deviations in design, pattern, and colour shall be permitted without approval of
Engineer-in-charge Contractor shall provide minimum three samples for each
finishing items to Engineer in charge for approvals prior to execute the work .
5. All types of paint, polish, primer to have low VOC content as per the requirement of
GRIHA rating. The contractor will need to submit all relevant documents to
Engineer in charge pertaining to the same.
6. All painting finishes works will be got done by the EPC contractor from the
approved applicator.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 247

a) Texture finish for external walls

This paint shall be executed on all exposed surfaces of building like parapet, machine
room, Staircase mumty, O/H tanks, compound wall, other locations, exposed soffits
etc. as mentioned in elevation drawings in three coats of finishing paint, approved
texture pattern, with one primer. Shade and colour of paint and texture pattern shall
be as per material palette. The description of application is given below.

Finishing walls with Application of 2mm average thickness Decorative Architectural


base plaster / Texture finish of "Off White" colour by creating "big lines" / Jumbo lines"
of required pattern by scratching with trowel as approved by the Engineer-In-Charge.
The Composition of base plaster / Texture material shall be manufactured with
required proportion of marble powder, Silica sand particles and quartz materials
mixed with rich acrylic binding medium, uniformly applied on exterior surface with "
alltek" ( M/s. Ncl Alltek & Seccolar Ltd) or equivalent make / brand. The surface after
drying shall be applied with Two or more coats of water based, modified Acrylic
Weather Proof Emulsion paint having anti algal and anti fungus properties.”Apex
ultima “ M/s Asian Painta Ltd.) “Dulux weather shield Tex” (ICI India limited) or
“berger Weather coat all guard” (Berger Paints India Ltd) texture emulsion or
equivalent of approved colour complete as per the manufacturers specifications and as
directed by Engineer-in-charge.

b) Premium Acrylic Emulsion Smooth Interior grade Paint


This paint shall be executed on all internal / External areas as mentioned in
room data sheet and material palette and shown in detail interior layouts in
at-least three coats of finishing paint, with one primer, one coat of internal
putty. Shade and colour of paint shall be as per material palette. The work
shall be carried out as per CPWD specifications Volume I and II with correction
slips up to the last date of submission of tender documents with provision of
IS Codes listed in CPWD specifications 2019 shall form a part of this document
with all latest codes.

c) Melamine polish
This Melamine / sprit Polish shall be executed on all internal wood works as
specified like veneer surfaces, any wood door, panels ,wall cladding, wooden
skirting, wooden door leaping Patti, etc. as per the detail interior drawings.
The work shall be carried out as per CPWD specifications Volume I and II with
correction slips up to the last date of submission of tender documents with
provision of IS Codes listed in CPWD specifications 2019 shall form a part of
this document with all latest codes.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 248

SANITARY WORKS:
(A) SCOPE OF WORK: - Fixture & installation
Work under this section shall consist of providing and fixing and installing all
sanitary fixtures, chromium plated fittings and accessories as required as per
drawings specified hereinafter and material pallet.

Without restricting to the generality of the foregoing the sanitary fixtures &
fittings shall include the following:
a) Sanitary fixtures
b) Chromium plated fittings
c) Stainless steel sinks
d) Accessories e.g. toilet paper holders, coat hook, dispenser etc.

Whether specifically mentioned or not all fixtures and appliances shall be


provided with all fixing devices, nuts, bolts, screws, hangers as required.

All exposed pipes within toilets and near fixtures shall be chromium plated
brass or copper unless otherwise specified.

GENERAL REQUIREMENTS:
All materials, sanitary fixtures and fittings shall be new and of best quality
confirming to CPWD specification and subject to the approval of Engineer in
charge. Wherever particular makes are mentioned, the choice of selection shall
remain with the Engineer in charge.

All Appliances, fixtures and fittings shall be provided with all such accessories as
are required to complete the item in working condition whether specifically
mentioned or not specifications, and drawings. Accessories shall include proper
fixing arrangement, brackets, nuts, bolts, screws and required connection
pieces.

Fixing screws shall be half round head chromium plated brass screws with C.P.
washers where necessary.

Porcelain sanitary ware shall be glazed vitreous china of first quality free from
warps, cracks and glazing defects confirming to I.S. 2556.
Sinks for pantry or kitchen shall be stainless steel or as specified in the
approved Drawings.

Chromium plated fittings shall be cast brass chromium plated of the best
quality approved by Engineer in charges.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 249

All Appliances, fittings and fixtures shall be fixed in a neat workmanlike manner
true to level and heights shown on the drawings and in accordance with the
manufacturer’s recommendations. Care shall be taken to fix all inlet and outlet
pipes at correct positions at proper location and height. Faulty locations shall
be made good and any damage to the finished floor, Filing Plaster, Paint,
insulation shall be made good by the Contractor at his own cost.

Sanitary appliances, subject to the type of appliance and specific requirements,


shall be fixed in accordance with the relevant standards and the following :
a) Contractor shall, during the entire period of installation and afterwards
protect the appliances by providing suitable cover or any other protection
so as to absolutely prevent any damage to the appliances until handing
over. (The original protective wrapping shall be left in position for as long as
possible).
b) The appliance shall be fixed in a manner such that it will facilitate
subsequent removal if necessary.
c) All appliances shall be securely fixed. Manufacturers’ brackets and fixing
methods shall be used wherever possible. Compatible rust- proofed fixings
shall be used. Fixing shall be done in a manner that minimizes noise
transmission.
d) Pipe connections shall be made with demountable unions. Pipe work shall
not be fixed in a manner that it supports or partially supports an appliance.
e) Appliances shall be fixed so that water falls to the outlet.
f) Appliances shall be fixed true to level firmly fixed to anchor or supports
provided by the manufacturer and additional anchors or supports where
necessary.

Sizes of Sanitary fixtures given in CPWD specifications or in the Drawings are for
identification with reference to the catalogues of makes considered.
Dimensions of similar models of other makes if allowed will not vary more than
2% of dimension and the same shall be provided and no claim for extra
payment shall be entertained nor shall any payment be deducted on this
account.

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

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 250

(B) SCOPE OF WORK: INTERNAL DRAINAGE


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

SOIL, WASTE, VENT & RAIN WATER PIPE SYSTEM:


The soil, waste system above ground has to be planned as “Two Stack System”
[Double Stack System] as defined in IS : 5329 having separate pipes for waste for
wash basins, Floor drains, AHU’s, condensate drain and separate pipe for soil
discharge. All piping work shall be executed as per CPWD specification and shall got
tested. All the sanitary pipes including fittings shall be Type B - SWR PVC pipes
including all fittings such as plain and door bends, tees, elbows, equal and unequal
junctions, heel rest sanitary bends, collars etc.( except floor traps/P traps) confirming
to IS13592, IS 14735, including jointing with solvent and providing necessary
supports, clamps/MS brackets at specified intervals. The joints of pipe and fittings
shall be of drip seal jointing in exposed areas like in shafts etc. and pasted type
(solvent ) for all other locations all complete and as per directions of Engineer - in -
charge.
(C) SCOPE OF WORK – WATER SUPPLY
Work under this section consists of providing and fixing, pipes and fittings all
labour, materials equipment and appliances necessary and required to
completely for water supply system (Domestic Water Supply (Internal) as
required as per design and water supply system. The contractor shall submit
plan of water supply distribution system of the building both internal and
external in accordance with relevant BIS Code and duly approved by Engineer in
charge.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 251

CPVC PIPES: - INCLUDING FITTINGS AND VALVES (SUMP RISERS, Pipes Running in
Trenches):
(i) All pipes inside the buildings and outside the building shall be of CPVC pipes
conforming to relevant IS codes .
(ii) Fittings shall be of CPVC of approved make. Each fitting shall have
manufacturer’s trade mark stamped on it. Fittings for CPVC pipes shall include
couplings, bends, tees, reducers, nipples, unions, bushes etc. Fittings etc. shall
conform to relevant IS codes.
(iii) All excavation, trenching, painting, sand filling, pipe protection and pipe
installation as shall be as per CPWD specifications and directions of engineer in
charge.

BALL VALVES:
All ball valves shall be heavy duty of approved make. Valves shall have
suitable for test pressure of 25 Kg/Sqcm. Ball valves shall conform to the
following specifications.

Size Construction Ends


Bronze body S.S. Working Part stainless steel
15 to 50 mm balls, spindle, Teflon seating and gland Screwed
packing, steel handle (to BS 5351).

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

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 252

EXTERNAL SEWER, STORM WATER DRAINAGE, UG SUMP, TERRACE OVER HEAD TANK.

Scope of Work:
All underground Storm Water Drainage trench of all the building shall laid in
proper slope and required pipe and material capable to smooth flow of water in
accordance with designed system. The scope includes all catch basin, storm
manholes.

All surface/underground Storm Water Drainage work include earth work in


excavation for all type of soils, disposal, and compaction, Pipe laying, Pipe
Embedment and back filling, Testing complete.

The UG sump, terrace over head tank and septic tank along with soap pit shall
be designed as per the norms approved by the Engineer in charge.

Submit shop drawings detail and descriptive literature showing pipe dimension,
joint and fitting details, recommended method of cutting pipes and other
relevant detail etc. all complete as per Engineer in charge.

Taking approval and all Liaisoning work under in scope of contractor.

General Requirements:

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

Manholes and Chambers:


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

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 253

GUARANTEE BONDS

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 254

ANNEXURE-I
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
STONE WORK/ BRICK WORK/TILE WORK

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR
on the one part) and the President of India (hereinafter called the Government on the
other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the


Contract) dated ...................... and made between the GUARANTOR ON THE ONE PART
AND the Government on the other part whereby the contractor inter alias undertook to
render the work in the said contract structurally stable , workmanship, finishing and use of
sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable and guaranteed against faulty workmanship, finishing
and materials.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain
structurally stable after the expiry of maintenance period prescribed in the contract for
the minimum life of five years to be reckoned from the date after the expiry of
maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be
final.

During this period of guarantee, the guarantor shall make good all defects to the
satisfaction of the Engineer-in-Charge calling upon him to rectify the defects failing which
the work shall be got done by the Department by some other contractor at the Guarantor’s
cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the
Guarantor shall be final and binding.
That if the guarantor fails to make good all the defects, commits breach there under, then
the guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on
the part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and or cost incurred by the
Government, the decision of the Engineer-in- Charge will be final and binding on both the
parties.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 255

IN WITHNESS WHEREOF these presents have been executed by the obligator .......................
and ........................................ by ................................. for and on behalf of the President of
India on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................

in the presence of :-

1. ............................................... 2. ..........................................

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 256

ANNEXURE-II
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS.

The agreement made this.................... day of ................. Two Thousand ..............


between ....................................S/o ...............................................(hereinafter called the
GUARANTOR on the one part) and the PRESIDENT OF INDIA (hereinafter called the
Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the


Contract) dated ...................... and made between the GUARANTOR ON THE ONE PART
AND the Government on the other part whereby the contractor inter alia undertook to
render the building and structures in the said contract completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain water and leak proof, for Ten years from the date of giving water
proofing treatment.

NOW THE GUARANTOR hereby guarantee that work executed by him will render the
structures completely leak proof and the minimum life of such water proofing treatment
shall be Ten years to be reckoned from the date after the expiry of maintenance period
prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be
final.

During this period of guarantee, the guarantor shall make good all defects and in case of
any defect being found render the building water proof to the satisfaction of the
Engineer-in- Charge calling upon him to rectify the defects failing which the work shall
be got done by the Department by some other contractor at the Guarantor’s cost and
risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall
be final and binding.
That if the guarantor fails to execute the water proofing or commits breach there under,
then the guarantor will indemnify the principal and his successor against all loss,
damage, cost expense or otherwise which may be incurred by him by reason of any default
on the part of the GUARANTOR in performance and observance of this supplementary
agreement. As to the amount of loss and/or damage and or cost incurred by the
Government, the decision of the Engineer-in- Charge will be final and binding on both the
parties.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 257

IN WITHNESS WHEREOF these presents have been executed by the obligator


....................... and ........................................ by ................................. for and on behalf of
the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ................................... in the


presence of :-

1. ............................................... 2. ..........................................

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 258

ANNEXURE-III
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF SANITARY INSTALLATIONS / WATER SUPPLY / DRAINAGE WORK

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR
on the one part) and the PRESIDENT OF INDIA (hereinafter called the Government on the
other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the


Contract) dated .................................. and made between the GUARANTOR ON THE ONE
PART AND the Government on the other part, whereby the contractor inter alia, undertook
to render the work in the said contract structurally stable, leak proof and sound material,
workmanship, anodizing, colouring, sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said
work will remain structurally stable, leak proof and guaranteed against faulty material and
workmanship, defective anodizing / Powder coat colouring and finishing for ………. years
from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any
leakage, seepage, cracks in pipes and guaranteed against faulty material and
workmanship, defective galvanizing for five years to be reckoned from the date after the
expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be
final.

During this period of guarantee, the guarantor shall make good all defects and in case of
any defect to satisfaction of Engineer-in-Charge at his cost and shall commence the work
for such rectification within seven days from the date of issue of the notice from the
Engineer-in-Charge calling upon him to rectify the defects failing which the work shall be got
done by the Department by some other contractor at the guarantor’s cost and risk. The
decision of the Engineer-in-Charge as to the cost payable by the Guarantor shall be final
and binding.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 259

That if the guarantor fails to make good all defects or commits breach there under, then the
guarantor will indemnify the principal and his successor against all loss, damage, cost
expense or otherwise which may be incurred by him by reason of any default on the part
of the GUARANTOR in performance and observance of this supplementary agreement. As to
the amount of loss and/or damage and or cost incurred by the Government, the decision
of the Engineer-in-Charge will be final and binding on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator......................


....................................................... and ................................................. by
........................................... for and on behalf of the PRESIDENT OF INDIA on the day, month
and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :-

1. .................................................... 2. ........................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the


presence of :-
1. ................................................... 2. ......................................

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 260

ANNEXURE-IV
Guarantee To Be Executed By Contractors For Removal Of Defects After
Completion In Respect Of Aluminum Doors, Windows, Ventilators Work and
Curtain/Structural Glazing work.

The agreement made this ______________day of ___________ two thousand ____________


between________son of _________(hereinafter called the Guarantor of the one part) and the
PRESIDENT OF INDIA (hereinafter called the Government of the other part).
WHEREAS THIS agreement is supplementary to a contract (hereinafter called the Contract)
dated___________and made between the GUARANTOR OF THE ONE part and the
Government on the other part. Where by the contractor inter alia, undertook to render the work in the
said contract recited structurally stable leak proof and sound material, workmanship, anodizing,
coloring, sealing.
AND WHEREAS THE GUARANTER agreed to give a guarantee to the effect that the said work will
remain structurally stable, leak proof and guaranteed against the faulty material and workmanship
defective anodizing coloring and finishing for two years to be reckoned from the date after the
maintenance period prescribed in the contract.
NOW THE GUARANTOR hereby guarantees that the work executed by him will remain structurally
stable leak proof and guaranteed against faulty material and workmanship defective anodizing and
coloring for the minimum life of two years to be reckoned from the date after the maintenance period
prescribed in the contract.
The decision of the Engineer-in-charge with regard to case of defect shall be final.
During the period of guarantee the guarantor shall make good all defects and in case of any defect to
the satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification
within seven days from the date of issue of the notice from the Engineer-in-charge calling upon him
to rectify the defects failing which the work shall be got done by department or by some other
contractor at guarantors cost and risk. The decision of the Engineer-in-charge as to the cost, payable
by the Guarantor shall be final and binding.
That if Guarantor fails to make good all the defects, commits breach there under then the guarantor
will indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise
which may be incurred by him by reason of any default on the part of the GUARANTOR in
performance and observance of this supplementary agreement.
As to the amount of loss and / or damage and / or cost incurred by the Government the decision of
the Engineer-in-charge will be final and binding on the parties.

IN WITNESS WHEREOF these present have been executed by the Obligator


________________and by___________________for and on behalf of the PRESIDENT OF
INDIA on the day, month and year first above written.

SIGNED SEALED AND delivered by OBLIGATOR in the presence of:-


1.
2.
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA by………… in presence of:-
1.
2.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 261

Seigniorage Rates

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 262

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 263

GOVERNMENT OF TELANGANA
ABSTRACT

Mines and Minerals - Rules - The Telangana Minor Mineral concession Rules, 1966

Revision of Seigniorage Fee - Amendment - Notification - Orders - Issued.

INDUSTRIES AND COMMERCE (MINES.I) DEPARTMENT

G.O. Ms No.18,
Read the following:-

1) G.O.Ms.No.67, Industries & Commerce (M.I) Dept., dt.26.09.2015.


2) G.O.Ms.No.16, Industries & Commerce (M.I) Dept., dt.16.03.2016.
3) From the Director of Mines and Geology, Hyderabad Letter. No.1247095/P/2021,
dated:22.09.2021.
*****

O R D E R:

The Director of Mines and Geology, Telangana, by above reference 3rd read above, has
stated that asper Section 15 (3) of Mines and Mineral (Development and Regulation) Act,
1957 (MMDR, 1957), Seigniorage Fee has to be revised every three years. The Director also
stated that no revision of Seigniorage Fee has been done in past six years and the last
revision was done on 26.09.2015 for Schedule-I Minor Minerals and 16.03.2016 for Schedule
Ill Minor Minerals

2. Hence, the Director has proposed revision of Seigniorage Fee and requested the
Government to issue necessary amendments to Schedule I and Schedule Ill under
Rule 10 of Telangana State Minor Mineral Concession Rules, 1966.

3. After careful examination of the proposal of the Director of Mines and Geology,
Telangana, it is hereby decided to accept the revision of Seigniorage Fee.

4. Accordingly, the following notification shall be published in the Extra- Ordinary


Issue of the Telangana State Gazette.

NOTIFICATION

In exercise of the powers conferred by Sub-Section (1) of Section 15 of the Mines and
Minerals (Development and Regulation} Act, 1957 (Central Act No.67 of 1957), the Governor
of Telangana hereby makes the following amendments to the Telangana Minor Mineral
Concession Rules, 1966.

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 264

AMENDMENTS

In the said rules, for Schedule I and Schedule Ill under Rule 10, the following shall be
substituted.
SCHEDULE - I
RATES OF SEIGNIORAGE FEE

Sl. Rate of Seigniorage fee per Metric Tonne (MT)(In


Name of the Minor Mineral
No. Rupees)
1. Building Stone,
Rough Stone / Boulders,
65
Road Metal and Ballast and
Manufactured Sand (M -Sand)
2. Dimensional Stone used for Kerbs
130
& Cubes
3. Lime Kankar/Limestone The rate of royalty as applicable to Lime stone (other
than LD Grade) in respect of major Mineral as per the
2nd Schedule of the Mines & Minerals (D & R) Act,
1957.
4. Marble 130
5. Mosaic chips 58
6. Morrum/Gravel & Ordinary Earth 20
7. Ordinary Sand 27
8. Shingle 22
9. Chalcedony Pebbles 65
10. Fullers Earth / Bentonite 195
11. Shale / Slate 195
12. Rehmatti 32
13. Limestone slabs 130
14. Brick Earth used in the manufacture
of Bricks including Magalore Tiles. Rs. 7800/- per kiln per annum.

Granite Useful for cutting and polishing


i) Black Granite
a)Gangsaw
15 1361/3900 MT/M3
(above 270x above 150CM)
b)below Gangsaw 1043/2990 MT/M3
ii)Colour granite
a)Gangsaw
1128/2900 MT/M3
(above 270x above 150CM)
b)below Gangsaw 980/2600 MT/M3

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 265

SCHEDULE- III
RATE OF DEAD RENT

Sl. Rate of Seignoorage Fee per Metric


Name of the Minor Mineral
No. Tonne (MT) (In Rupees)
1 Agate 156
Ball Clay 78
2

3 Barytes 780

4 Calcareous 97

5 Calcite 91

6 Chalk 104

7 China Clay 78

8 Clay (Others) 52
9 Corundum 78

10 Diaspore 351

11 Dolomite 130

12 Dunite or Pyroxenite 52

13 Felsite 143
14 Feldspar 97

Fireclay (including plastic,pipe,lithomargic and natural 65


15
pozzolanic clay)
16 Fuchsite Quartzite 91

17 Gypsum 91
18 Jasper 156
19 Kaolin 78
20 Laterite 130

21 Limekankar 123
22 Mica 2600

23 Ochre 45

24 Pyrophylite 234
25 Quartz 78
26 Quartzite 78
27 Sand (Others) 78
28 Shale 169

29 Silica Sand 78

30 Slate 169

31 Steatite or Talc or Soapstone 390

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 266

5. These orders will come effect from 01st April 2022.


6. The Director of Mines & geology, Telangana, shall take necessary action accordingly.
7. This order is iisues with the concurrence of finance Department vide their U.Ono.2012-
A/89/EBS.VII/I & C/2021, dated 22.09.2021.
(BY ORDER AND IN THE NAME OF THE GOVERNOR OF TELANGANA)

SOMESH KUMAR
CHIEF SECRETARY TO GOVERNMENT &
PRINCIPAL SECRETARY TO GOVERNMENT (MINES & GEOLOGY)(FAC)
To,

The Commissioner of Printing, Stationary & Stores Purchase (Ptg. Wing) Hyderabad. (He is
requested to publish the above Notification in the Extra-Ordinary issue of Telangana Gazette, and
arrange to send 500 copies of the same to Government in Industries & Commerce (M.I)
Department).

The Director of Mines and Geology, Telangana State, Hyderabad.

(He is requested to furnish the Telugu version of the Notification direct to the Commissioner,
Printing Stationary & Store Purchase (Ptg. Wing), Hyderabad).

Director of Mines and Geology, Telangana State, Hyderabad


The Vice Chairman & Managing Director, Telangana State Mineral Development Corporation
Ltd., Hyderabad.
All the District Collectors/Additional Collectors in the State of Telangana.
The Municipal Administration and Urban Development Department
The Irrigation & CAD department.
The Transport, Roads & Buildings Department.
The Panchayat Raj & Rural Department.
The Revenue Department.
The Director General of Police, Hyderabad.
The Commissioner of Rural Development , Hyderabad.
The Commissioner of Transport , Hyderabad.
The Commissioner of Panchayat Raj , Hyderabad.
The Director, Ground Water Department.
The Member- Secretary, Telangana State Pollution Control Board, Hyderabad
The Engineer-in-Chief, Irrigation Department.

Copy to:
The Secretary to Government, Ministry of Mines, GoI
The Law Department
The Finance Department
The P.S. to Principal Secretary to Hon’ble Chief Minister.
P.S. to Hon’ble Minister MA & UD.
P.S. to Hon’ble Minister for Panchayat Raj & Rural Department.
P.S. to Hon’ble Minister Irrigation
P.S. to Chief Secretary and Principal Secretary to Government, Industries & Commerce (Mines)
Department.
The Joint Directors/ Deputy Directors/ Assistant Directos of Mines and Gelogy through the Director
of Mines & Gelogy, Hyderabad.
The General Administration (Cabinet) Department.

//FORWARDED :: BY ORDER//
SECTION OFFICER

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 267

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )


PART-B 268

Corrections/Omissions/Insertions – NIL AE(C) AE(E) EE ( C )

You might also like