0% found this document useful (0 votes)
278 views261 pages

Nit 06 Recall

The document is a Notice Inviting Tender (NIT) for the construction of a 150 KLD capacity sewage treatment plant at CRPF Campus, Kalikiri, Chittoor Dist., A.P., with an estimated cost of Rs. 1,55,95,507. It outlines eligibility criteria for bidders, including technical and financial requirements, and provides details on the bidding process, submission deadlines, and necessary documentation. The tender is open to CPWD enlisted contractors and requires online submission through the specified e-tendering portal.

Uploaded by

Venkata K
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
278 views261 pages

Nit 06 Recall

The document is a Notice Inviting Tender (NIT) for the construction of a 150 KLD capacity sewage treatment plant at CRPF Campus, Kalikiri, Chittoor Dist., A.P., with an estimated cost of Rs. 1,55,95,507. It outlines eligibility criteria for bidders, including technical and financial requirements, and provides details on the bidding process, submission deadlines, and necessary documentation. The tender is open to CPWD enlisted contractors and requires online submission through the specified e-tendering portal.

Uploaded by

Venkata K
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

i

, - 517507

NIT

06/EE/Tirupati/e-Tender/2025-26 (Recall)

Name of Work: Construction of 150 KLD Capacity Sewage Treatment


Plant including SITC of E&M works and distribution lines for treated
water at CRPF Campus, Kalikiri, Chittoor Dist., A.P.

NIT Amount: Rs. 1,55,95,507/-

(Civil: Rs. 1,21,58,876/- +E&M: Rs. 34,36,631/-)


ii

NIT – INDEX
Name of Work: Construction of 150 KLD Capacity Sewage Treatment Plant including
SITC of E&M works and distribution lines for treated water at CRPF Campus, Kalikiri,
Chittoor Dist., A.P.

Sl.No. Content Page

1 Part A 1 – 60

2 Information and instructions for contractors for e- tendering 2 – 10

3 CPWD-6 for e-tendering 11 – 19


4 Guidelines for fixing eligibility criteria for Two Bid System 20 - 22
5 Brief Particulars of work (Section -I) 23
6 Information and Instructions for Bidders (Section -II) 24 – 29
FORM ‘A’, ‘A-1, ‘B’, ‘B-1, ‘C’, ‘C-1’, ‘C-3’, ‘D’, ‘D-1’, ‘E’, ‘G’, ‘H’,
7 30 – 48
‘I’, ‘J’, ‘K’, ‘L’, ‘J-1’
8 C.P.W.D – 7 49 – 50
9 Schedules A to F - Civil Component 51 – 57

Modified form for Bank Guarantee for Earnest Money Deposit /


10 Performance Guarantee / Security Deposit / Mobilization 58 - 60
Advance [Annexure I]

11 PART-B 61 – 209
12 Special conditions 62 – 88
13 Additional conditions (Civil component) 89 – 106
14 Special Conditions for Green Building 107 – 114
15 Particular Specifications (Civil component) 115 – 157
List of Field Tests and Equipment for Testing of Materials &
16
Concrete at Site Laboratory 158 – 159
Plant And Equipment Required to Be Owned / Taken on Lease
17 160
By The Contractor
18 Guarantee Bonds. 161 – 162
19 Seigniorage Fee 163 – 172
Standard Operating Procedures (SOPs) and Guidelines for
20 173 – 177
Construction Sites for COVID-19 Outbreak
List of Preferred brand / Manufacturer/ Make (Civil
21 178 – 209
component)
22 PART C 210 – 238
23 Schedule A to F (E & M component) 211 – 216
24 Special conditions& Eligibility criteria for E&M works 217 – 220
iii

25 Form “G”, “H”, “I” 221 – 224


26 General terms & conditions applicable for E&M components 225 – 238

27 PART- D 239 – 256

28 Schedule of Quantities (Civil Component) 240 – 250


29 Schedule of Quantities (Electrical Component) 251 – 255
30 Abstract of Cost 256
31 PART- E 257 – 258
32 Tender Drawings (Indicative only) 258

Certified that this N.I.T contains 1to 258 pages only

Notice Inviting Tender is approved for Rs. 1,55,95,507/- (Rupees one crore fifty five
lakhs ninety five thousand five hundred and seven only).

Executive Engineer
Central PWD, Tirupati
PART A 1

PART – A
PART A 2

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING


FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

(Applicable for inviting bids on 2 bid system)

The Executive Engineer, CPWD, Tirupati on behalf of the President of India invites
online percentage rate composite bids in two bid system from CPWD enlisted contractors of
appropriate class in Buildings & Roads (erstwhile Composite/Building/Infrastructure)
category and firms/contractors of repute in two bid system for the following work: -

Sl.
Description Details
No.
1 NIT No. 06/EE/Tirupati/e-Tender/2025-26 (Recall)
2 Name of Work Construction of 150 KLD Capacity Sewage
Treatment Plant including SITC of E&M
works and distribution lines for treated water
at CRPF Campus, Kalikiri, Chittoor Dist., A.P.
3 Estimated Cost Put to Tender Rs. 1,55,95,507/-
(Composite)
Civil Work (Major Component) Rs. 1,21,58,876/-
Electrical Work (Minor Component) Rs. 34,36,631/-
4 Earnest Money (EMD) Rs.3,11,910/-
5 Period of Completion 180 days
6 Date of Pre-bid meeting
(Will be held in the O/o Executive
Engineer, CPWD, CPWD office At 11:00 Hours on 14.07.2025
Building, Nehru Nagar, Tirupati, AP
– 517507.
7 Last time & date of online submission
of bid, original EMD, copy of receipt
for deposition of original EMD, and Up to 15:00 Hours on 28.07.2025
other documents as specified in the
NIT.
8 Time & date of online opening of At 15:30 Hours on 28.07.2025
Eligibility cum technical bid
documents (Mandatory documents)
9 Time & date of online opening of This will be intimated later.
financial bids.
10 Last date & time of submission of To be submitted during office hours within a
hard copies of Experience Certificates week from the date of opening of the
if any, Registration Certificates, Financial Bid. In case the last day happens to
PART A 3

Sl.
Description Details
No.
Affidavit if any, Undertaking and be closed holiday, these documents shall be
other Documents as specified in the submitted on the next working day.
press notice to Division Office by the
Lowest Tenderer Only.

1. Contractors who fulfill the following requirements shall be eligible to apply.

Joint ventures/consortium and Special Purpose vehicle are not accepted [1(b), 1(c)
& 1(d) are not applicable for CPWD enlisted contractors of appropriate class. 1(a)
and 1(e) are applicable for CPWD enlisted contractors also].

Technical Eligibility Criteria:

a) Should have satisfactorily completed the works as mentioned below during the last
seven years ending the last day of the month previous to the one in which tenders are
invited.

(i) Three similar completed works each costing not less than Rs. 62.38 lakhs, or two
similar completed works each costing not less than Rs.93.57 lakhs, or one similar
completed work costing not less than Rs.124.76 lakhs.

Similar work shall mean works of “Construction of minimum 40 KLD Capacity


Sewage Treatment Plant including SITC of E&M works, all composite executed
under one agreement in India.”

The works of specialized E &M services included in definition of similar work will
be considered even if these have been executed under a separate contract.
However, these, E &M services executed under a separate contract shall be
considered for the purpose of assessing technical competence only without adding
its monetary value for determining the eligibility as required above.

 Godowns / Warehouses/ factory sheds/ buildings shall not be considered as


eligible similar works.

 For similar works, works executed in India only shall be considered.

 The bidder shall submit copy of final bill paid along with bill of quantities
and experience certificate issued by an officer not below the rank of Executive
Engineer / Project Manager or equivalent.

The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to previous day of last day of submission of tenders. (Applicable to
CPWD enlisted contractors of appropriate class also)

(ii) ln case, the eligible work has been executed by a Joint Venture through one or more
individual firm(s), then cost of completed work shall be distributed among the
PART A 4

individual firm(s) in proportion to their share in Joint Venture and that will be
considered as work experience for individual firm(s) for prequalification in bidding.

Financial Eligibility Criteria:

b) Should have had Average Annual Financial Turnover of Rs.46.79 lakhs on


construction works during the last three years ending 31st March 2024 (Scanned copy
of Certificate from CA with Unique Document Identification Number (UDIN) to be
uploaded). The value of annual turnover figures shall be brought to the current value
by enhancing the actual turnover figures at simple rate of 7% per annum.

c) Should not have incurred any loss (profit after tax should be positive) in more than
two years during the last five years ending 31st March 2024.

d) Should have a Banker's Certificate from a commercial Bank for Rs.62.38 lakhs or
Net Worth certificate from CA with Unique Document Identification Number
(UDIN) of minimum amount of Rs.15.60 lakhs. (Scanned copy of original to be
uploaded).

e) Should have bidding capacity equal to or more than the estimated cost of the work
put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B}

Where,

A = Maximum turnover in construction works executed in any one year during the
last seven years taking into account the completed as well as works in progress. The
value of completed works shall be brought to current costing level by enhancing at a
simple rate of 7% per annum.

Or

In case, if bidders are from the categories of Retired Govt. Engineer /Architect, then
“A” shall be as per Rule 6.1.7 of enlistment Rules 2024

Or

In case if the bidders is a newly enlisted director/ Partner then “A” shall be taken as
proportionate share as per rule 9.6.3 and 9.6.4 of Enlistment Rules 2024

N = Number of years prescribed for completion of work for which bids have been
invited.

B = Value of existing commitments and ongoing works to be completed during the


period of completion of work for which bids have been invited.

2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He
should only submit his bid if he considers himself eligible and he is in possession of
all the documents required.

3. This information and instructions for bidders posted on website shall form part of bid
document.
PART A 5

4. The bid document consisting of Plans, Specifications, Schedule of quantities of


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents can be seen and
downloaded from website https://etender.cpwd.gov.in or www.cpwd.gov.in free of
cost.

5. But the bid can only be submitted after deposition of original EMD either in the
office of Executive Engineer inviting bids or division office of any Executive
Engineer, CPWD within the period of bid submission and uploading the
mandatory scanned documents such as Insurance Surety Bonds, Account
PayeeDemand Draft or Banker’s Cheque or Fixed Deposit Receipts or/ and Bank
Guarantee including e- Bank Guarantee (for balance amount as prescribed) from any
of the commercial bank towards EMD in favour of Executive Engineer, Tirupati
Central Division, CPWD, Tirupati, receipt for deposition of original EMD to division
office of any Executive Engineer (including NIT issuing EE/AE), CPWD and other
documents as specified.

6. Those contractors who are not registered or have not updated their profile on the
website mentioned above, are required to get registered / update their profile
beforehand. The necessary training materials including the videos with step-to-step
process are available on download section of https://etender.cpwd.gov.in.

7. The intending bidder must have valid class-III digital signature certificate with
encryption key (Combo type) to perform any operations / transactions on the e-
tendering portal / Website and the bidder should download and install the
eMsigner on their system as per instructions available on download section of
https://etender.cpwd.gov.in.

8. On opening date, the contractor can login and see the bid opening process. After
opening of bids, he will receive the competitor bid sheets.

9. Contractor can upload documents in the form of JPG format and PDF format.

10. Certificate of Financial Turn over: At the time of submission of bid contractor may
upload Affidavit/Certificate from CA with UDIN number mentioning Financial
Turnover of last 7 years or for the period as specified in the bid document and further
details if required may be asked from the contractor after opening of technical bids.
There is no need to upload entire voluminous balance sheet.

11. Contractor must ensure to quote rate of each item. The column meant for quoting
rate in figures appears in Yellow colour and the moment rate is entered, it turns
sky blue.

In addition to this, while selecting any of the cells a warning appears that if any cell is
left blank the same shall be treated as "0" (ZERO). Therefore, if any cell is left blank
and no rate is quoted by the bidder, rate of such item shall be treated as "0" (ZERO).

However, if a tenderer quotes nil rates against each item in item rate tender or does
not quote any percentage above/below on the total amount of the tender or any
PART A 6

section / sub head in percentage rate tender, the tender shall be treated as invalid and
will not be considered as lowest tenderer.

In addition to this, while selecting any of the cells a warning appears that if any cell is
left blank the same shall be treated as “0” (ZERO).

However, if a bidder quotes nil rate, the bid shall be treated as invalid and he will not
be considered as lowest bidder. The intending bidders are not permitted to quote the
rate or modified their quoted rates in any physical format whatever. The bids
submitted online shall only be considered for evaluation.

12. The Technical Bid shall be opened first on due date and time as mentioned above.
The time and date of opening of financial bid of contractors qualifying the technical
bid shall be communicated to them at a later date.

13. Pre-Bid conference shall be held in the O/o the Executive Engineer, CPWD, CPWD
office Building, Nehru Nagar, Tirupati, AP – 517507 at 11:00 Hours on 14.05.2025 to
clear the doubts of intending bidders, if any.

14. The Department reserves the right to reject any prospective application without
assigning any reason and to restrict the list of qualified contractors to any number
deemed suitable by it, if too many bids are received satisfying the laid down criteria.

15. The Existing enlisted contractor either himself or his authorized representative shall
take compulsory ERP training through any of the CPWD Regional Training Institutes
(RTIs) at Delhi, Mumbai, Chennai and Kolkata, National CPWD Academy (NCA)
Ghaziabad, Training arranged by Graduates of ERP “Train the Trainers Programme”
conducted by NCA, Ghaziabad or through any other special training arranged by
ERP Unit of CPWD. Training will be valid only when participants are registered and
a certificate is issued through LMS (Learning Management System) in ERP. The
enlisted contractor will not be allowed to participate in the tendering process without
uploading the certificate of the above training.

In case of a Non-Enlisted contractor being the first lowest in the tender, then
either contractor himself or his authorized representative shall take compulsory ERP
(Enterprise Resource Planning) training through any of the CPWD Regional Training
Institutes (RTIs) at Delhi, Mumbai, Chennai and Kolkata, National CPWD Academy
(NCA) Ghaziabad, Training arranged by Graduates of ERP “Train the Trainers
Programme” conducted by NCA, Ghaziabad or through any other special
training arranged by ERP Unit of CPWD within two months from the date of issue of
intent letter. Training will be valid only when a non-enlisted contractor is registered
in LMS of ERP and a certificate is issued through LMS of ERP. Failure to do so, a
recovery of Rs. 10,000/- per week shall be made from the R/A bill without giving any
show cause notice in this regard. The bidders have to submit an undertaking that they
will secure the certificate within two months from the date of issue of the intent letter.
PART A 7

16. List of Mandatory Documents to be scanned and uploaded within the period of bid
submission:

I. For Non-CPWD Enlisted Contractors:

1. Letter of transmittal (Form ‘A’)


2. Financial information (Form ‘A1’).
3. Bankers Certificate from a commercial bank (Form ‘B’) or Certificate of Net worth
from a Chartered Accountant (Form ‘B1’).
4. Details of eligible similar nature of works completed during the last seven years
ending last day of month previous to the one in which tenders are invited. (Form ‘C’).
a. The bidder shall submit copy of final bill paid along with bill of quantities and
experience certificate issued by an officer not below the rank of Executive
Engineer / Project Manager or equivalent.
b. If private works are shown in support of eligibility, a certified copy of the Tax
Deducted at Source Certificate (TDS) shall be submitted along with the
Experience Certificate and the TDS amount shall tally with the actual amount of
work done. Otherwise, the amount that tallies with TDS shall only be considered
for eligibility.
Note: Works executed outside India shall not be considered as eligible works.
5. Projects under execution during the last seven years ending last day of the month
previous to the one in which tenders are invited (Form ‘C1’).
6. Bidding capacity as per Form ‘C3’
7. Performance report of works referred in Form ‘C’ (Form ‘D’)
8. Form ‘D1’ (Assessment of Quality for completed as well as ongoing works) need not
be filled by the bidder. Marks will be assigned by the designated committee for quality
of work at site based on the inspection of chosen works after opening of technical bid.
9. Structure & Organization (Form ‘E’)
10. Affidavit stating that similar works have not been got executed through another
contractor on back-to-back basis (Form ‘G’)
11. Complete set of TDS certificate (Form 16 A & 26 A)
12. PAN No. as issued by the Income Tax Department.
13. Insurance Surety Bonds/ Account payee Demand Draft/ Fixed Deposit Receipt
(FDR)/ Banker’s cheque or Bank Guarantee (as prescribed) issued by a Commercial
Bank against EMD, as specified in Para 7 of CPWD – 6 for e - Tendering.
14. GST registration certificate of the State in which the works is to be taken up, if already
obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and
upload the following undertaking along with the bid documents.
"If work is awarded to me, I/we shall obtain a GST registration certificate, as
PART A 8

applicable, within one month from the date of receipt of the award letter or before
release of any Payment by CPWD, whichever is earlier, failing which I/we shall be
responsible for any delay in payments which will be due towards me/us on account of
the work executed and/or for any action taken by CPWD or GST department in this
regard".
15. Receipt for deposition of original EMD issued from the division office of any Executive
Engineer (Including NIT issuing EE, CPWD) (Form–H).
16. Declaration about site inspection (Form ‘I’)
17. Undertaking on structural stability and soundness of already completed buildings and
infrastructure projects (Form ‘J’).
18. Undertaking regarding obtaining the certificate through LMS portal of ERP after
attending “Training the Trainers Programme” conducted by NCA, Ghaziabad or
through any other special training arranged by ERP Unit of CPWD within two months
from the date of issue of intent letter / Certificate secured through LMS portal of ERP
for attending the “Train the Trainers Programme” conducted by NCA, Ghaziabad or
through any other special training arranged by ERP Unit of CPWD if they already
possess one. (Form ‘J1’)
19. Details of Firm Proprietor or Power of Attorney for Partnership Firm with a copy of
Partnership Deed or Power of Attorney with a copy of the Memorandum of Articles of
Association for Limited Company or a Corporation.

II. For CPWD Enlisted Contractors:

1. Enlistment order of the Contractor.


2. Details of eligible similar nature of works completed during the last seven years
ending last day of month previous to the one in which tenders are invited. (Form ‘C’).
a. The bidder shall submit copy of final bill paid along with bill of quantities and
experience certificate issued by an officer not below the rank of Executive
Engineer / Project Manager or equivalent.
b. If private works are shown in support of eligibility, a certified copy of the Tax
Deducted at Source Certificate (TDS) shall be submitted along with the
Experience Certificate and the TDS amount shall tally with the actual amount of
work done. Otherwise, the amount that tallies with TDS shall only be considered
for eligibility.
Note: Works executed outside India shall not be considered as eligible works.
3. Projects under execution during the last seven years ending last day of the month
previous to the one in which tenders are invited (Form ‘C1’).
4. Bidding capacity as per Form ‘C3’
5. Performance report of works referred in Form ‘C’ (Form ‘D’)
6. Form ‘D1’ (Assessment of Quality for completed as well as ongoing works) need not
be filled by the bidder. Marks will be assigned by the designated committee for
the quality of work at the site based on the inspection of chosen works after
PART A 9

the opening of the technical bid.


7. GST registration certificate of the State in which the works is to be taken up, if already
obtained by the bidder.
If the bidder has not obtained GST registration as applicable, then he shall scan and
upload following undertaking along with bid documents.
"If work is awarded to me, I/we shall obtain GST registration certificate, as applicable,
within one month from the date of receipt of award letter or before release of any
Payment by CPWD, whichever is earlier, failing which I/we shall be responsible for
any delay in payments which will be due towards me/us on account of the work
executed and/or for any action taken by CPWD or GST department in this regard".
8. Affidavit that completed works have not been executed by another agency (Form ‘G’).
9. Receipt for deposition of original EMD issued from division office of any Executive
Engineer (Including NIT issuing EE, CPWD) (Form–H).
10. Insurance Surety Bonds/ Account payee Demand Draft/ Fixed Deposit Receipt
(FDR)/ Banker’s cheque or Bank Guarantee (as prescribed) issued by a Commercial
Bank against EMD, as specified in Para 7 of CPWD – 6 for e - Tendering.
11. Declaration about site inspection (Form ‘I’)
12. Undertaking on structural stability and soundness of already completed buildings and
infrastructure projects (Form ‘J’).
13. Certificate secured through LMS portal of ERP for attending “Train the Trainers
Programme” conducted by NCA, Ghaziabad or through any other special training
arranged by ERP Unit of CPWD.
14. Details of Firm Proprietor or Power of Attorney for Partnership Firm with a copy of
Partnership Deed or Power of Attorney with copy of the Memorandum of Articles of
Association for Limited Company or a Corporation.
15. Structure & Organization (Form ‘E’)
16. The Letter of Transmittal (Form ‘A’).

Note:
1. All affidavits shall be made in current date after the date of invitation of tender.
2. Copy of work experience and other documents as specified in the press notice shall be
scanned and uploaded to the e-tendering website within the period of bid
submission. Online bid document submitted by the intending bidders shall be opened
only of those bidders, whose scanned and uploaded documents are found in order.
However, certified copy of all the scanned and uploaded documents as specified in
bid document shall have to be submitted by lowest bidders within a week, physically
in the office of tender opening authority.
3. CPWD Enlisted contractors shall upload the declaration on their letterhead in
respect of any not-required Mandatory documents as “we are CPWD Enlisted
Contractors and we are not required to upload this document”. Uploading of these
two letters is mandatory otherwise system will not clear mandatory fields.
PART A 10

4. The Postal address of the Executive Engineer, CPWD, Tirupati may be noted as below
for correspondence and submission of Physical documents: - O/o The Executive
Engineer, CPWD, CPWD office Building, Nehru Nagar, Tirupati, AP – 517507.
(Email id: [email protected], [email protected]).

Executive Engineer
CPWD, Tirupati
PART A 11

CPWD-6 for e-Tendering

1. Online Percentage rate bids are invited on behalf of President of India from CPWD
enlisted contractors of appropriate class in Buildings & Roads (erstwhile
Composite/Building/Infrastructure) category and firms/contractors of repute in two
bid system for the work of “Construction of 150 KLD Capacity Sewage Treatment
Plant including SITC of E&M works and distribution lines for treated water at
CRPF Campus, Kalikiri, Chittoor Dist., A.P.”

The enlistment of the contractors should be valid on the last date of submission of
bids.

In case the last date of submission of bid is extended, the enlistment of contractor
should be valid on the original date of submission of bids.

1.1 The work is estimated to Cost Rs.1,55,95,507/-. This estimate, however, is given
merely as a rough guide, the bidders are required to conduct their own market
survey to obtain latest prevailing rates in the market and to work out their tendered
rates accordingly.

1.1.1 The eligibility of bidders will correspond to the combined estimated cost of
different components put to bid.

1.2 Intending bidders is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of
having satisfactorily completed similar works of magnitude specified below: -

Criteria of eligibility for CPWD as well as non-CPWD contractors:

Joint ventures/consortiums and Special Purpose vehicles are not accepted.

Technical Eligibility Criteria:

a) Should have satisfactorily completed the works as mentioned below during the last
Seven years ending last day of the month previous to the one in which tenders are
invited.

Three similar completed works each costing not less than Rs. 62.38 lakhs, or two
similar completed works each costing not less than Rs.93.57 lakhs, or one similar
completed work costing not less than Rs.124.76 lakhs.

Similar work shall mean works of “Construction of minimum 40 KLD Capacity


Sewage Treatment Plant including SITC of E&M works, all composite executed
under one agreement in India.”

The works of specialized E &M services included in definition of similar work will
be considered even if these have been executed under a separate contract.
However, these, E &M services executed under a separate contract shall be
considered for the purpose of assessing technical competence only without adding
its monetary value for determining the eligibility as required above.
PART A 12

 Godowns / Warehouses/ factory sheds/ buildings shall not be considered as


eligible similar works.

 For similar works, works executed in India only shall be considered.

 The bidder shall submit copy of final bill paid along with bill of quantities
and experience certificate issued by an officer not below the rank of
Executive Engineer / Project Manager or equivalent.

The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to previous day of last day of submission of tenders. (Applicable to
CPWD enlisted contractors of appropriate class also).

To become eligible for issue of bid, the bidders shall have to furnish an affidavit as
under: -

I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another contractor on back-to-back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for bidding
in CPWD in future forever. Also, if such a violation comes to the notice of
Department before date of start of work, the Engineer-in-Charge shall be free to
forfeit the entire amount of Earnest Money Deposit/Performance Guarantee.
(Scanned copy to be uploaded at the time of submission of bid).

1.3 The Minimum eligibility criteria for Specialized work wherever applicable for
Civil and E&M Works.

Component of
Sl. Estimated
Civil / E&M Eligibility
No. cost in Rs.
works
1. Waterproofing 5,08,996/- The Main contractor should associate with an agency
treatment who should have satisfactorily completed the said
work specialized work of the amount mentioned below
during the last 7 (Seven) years ending the previous
date of the last date of submission of bids.
Three similar works each costing not less than Rs. 2.04
lakhs of the estimated cost.
OR
Two similar works each costing not less than Rs.3.05
lakhs of the estimated cost.
OR
One similar work each costing not less than Rs.4.07
lakhs of the estimated cost.
2. 150 KLD STP - 34,36,631/- The main contractor shall have to associate with
E&M works agency fulfilling the following eligibility criteria
PART A 13

Component of
Sl. Estimated
Civil / E&M Eligibility
No. cost in Rs.
works
having successfully completed during last seven years
ending last date of month previous to the one in
which tender is invited, as given below with
completion certificate issued by an officer not below
the rank of Executive Engineer or equivalent duly
attested.
Three similar completed works each of value not less
thanRs.13.75 Lakhs
or
Two similar completed works each of value not less
than Rs.20.62 Lakhs
or
One similar completed work of value not less
thanRs.27.49 Lakhs
Similar work shall mean "SITC of Sewage Treatment
Plant"
However, the Composite category contractor shall
also be eligible to carry out himself without
associating any specialized agency provided:
(a) He fulfills the prescribed eligibility criteria
respectively for this work.

Note:

i) The value of executed works shall be brought to the current costing level by
enhancing the actual value of work at a simple rate of 7% per annum calculated from
the date of completion to the last date of submission of tender.

ii) The main contractor has to submit consent letters as per Form “K”, given in this
tender document from the eligible associate agency of the respective component of
Specialized Civil and / E&M work for each of the components of work by clearly
indicating the component of work specified as above.

iii) The main contractor will submit MOU signed with an eligible associated contractor.
The MOU in the enclosed Form “L” shall be signed by both the contractors, i.e., main
contractor as 1st party and associated contractor as 2nd party, independently for EACH
specialized Civil and / E&M component, specified as above.

iv) If the main contractor fails to associate agency for execution of specialized Civil and/
E&M work or furnishes incomplete details or furnishes details of ineligible agencies
even after the tenderer is given due opportunity, the entire scope of such component
PART A 14

of work shall be withdrawn from the tender and the same shall be got executed by the
Engineer-in –Charge at the risk and cost of the main contractor.

v) Verifiable completion certificates of the work, registration/approval documents as


the case may be, duly attested by the applicant shall be submitted. Valid Electrical
license, as the case may be, duly attested by the applicant shall also be submitted.

vi) Self-attested GST registration documents in respect of the associated agencies shall be
submitted within 15 days of award of work OR before start of specialized Civil and/
E&M component of works whichever is earlier.

2. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD
7 (or other Standard Form as mentioned) which is available at Govt. of India
Publication and also available on website www.cpwd.gov.in. Bidders shall quote his
rates as per various terms and conditions of the said form which will form part of the
agreement.

3. The time allowed for carrying out the work will be 180 days from the date of start as
defined in Schedule ‘F’ or from the first date of handing over of the site, whichever is
later, in accordance with the phasing, if any, indicated in the bid documents.

4. i) The site for the work is available.

ii) The architectural and structural drawings shall be made available in phased
manner, as per requirement of the same as per approved programme of
completion submitted by the contractor after award of work.

5. The bid document consisting of plans, specifications, the schedule of quantities of


various types of items to be executed and the set of terms and conditions of the
contract to be complied with and other necessary documents except Standard General
Conditions of Contract Form can be seen on website https://etender.cpwd.gov.in or
www.cpwd.gov.in free of cost.

6. After submission of the bid the contractor can re-submit revised bid any number of
times but before last time and date of submission of bid as notified.

7. While submitting the revised bid, contractor can revise the rate of one or more item(s)
any number of times (he need not re-enter rate of all the items) but before last time
and date of submission of bid as notified.

8. Earnest Money Rs.3,11,910/- in the form of Insurance Surety Bonds, Account Payee
Demand Draft, Fixed Deposit Receipt, Banker’s Cheque or Bank Guarantee including
e- Bank Guarantee (for balance amount as prescribed) from any of the Commercial
Banks (drawn in favour of Executive Engineer, Tirupati Central Division, CPWD,
Tirupati shall be scanned and uploaded on the e-Tendering website within the period
of bid submission. The original EMD should be deposited either in the office of
the Executive Engineer inviting bids or the division office of any Executive Engineer,
CPWD within the period of bid submission. The EMD receiving Executive Engineer
(Including NIT issuing EE/AE) shall issue a receipt of deposition of earnest money
PART A 15

deposit to the bidder in a prescribed format (enclosed as Form - H) uploaded by the


tender inviting EE in the NIT.

A part of earnest money is acceptable in the form of bank guarantee also. In such
cases, minimum 50% of earnest money or Rs.20 lakhs, whichever is less, will have to
be deposited in shape prescribed above, and balance may be deposited in shape of
Bank Guarantee including e- Bank Guarantee of any Commercial bank having
validity for a period of 180 days or more from the last date of receipt of bids which is
to be scanned and uploaded by the intending bidders.

The earnest money given by all the tenderers except the lowest tenderer shall be
refunded immediately after the expiry of stipulated bid validity period or
immediately after acceptance of the successful bidder, whichever is earlier. However,
in case of two/ three bid system, earnest money deposit of bidders unsuccessful
during technical bid evaluation etc. should be returned within 30 days of declaration
of result of technical bid evaluation.

Copy of Enlistment Order, certificate of work experience and other documents as


specified in the notice inviting e- tender shall be scanned and uploaded to the e-
Tendering website within the period of bid submission. However, certified copy of all
the scanned and uploaded documents as specified in e- tender notice shall have to be
submitted by the lowest bidder within a week physically in the office of The
Executive Engineer, CPWD, Tirupati.

Online bid documents submitted by intending bidders shall be opened only of those
bidders, who has deposited EMD with any division of CPWD and other documents
scanned and uploaded are found in order.

The technical bid submitted shall be opened at 03:30 PM on 28.07.2025.

9. The bid submitted shall become invalid and e-Tender processing fee (if applicable)
shall not be refunded if:

i) The bidder is found ineligible.

ii) The bidder does not upload scanned copies of all the documents stipulated in
the bid document.

iii) If any discrepancy is noticed between the documents as uploaded at the time of
submission of bid and hard copies as submitted physically by the lowest bidder
in the office of bid opening authority.

iv) If a tenderer quotes nil rates against each item in item rate tender or does not
quote any percentage above/below on the total amount of the tender or any section /
sub head in percentage rate tender, the tender shall be treated as invalid and will not
be considered as lowest tenderer.

10. The contractor, whose tender is accepted, will be required to submit an irrevocable
performance guarantee at specified percentage of the tendered amount as mentioned
in schedule E and within the period specified in Schedule F. This guarantee shall be in
PART A 16

the form of Insurance Surety Bonds, Account Payee Demand Draft, Fixed Deposit
Receipt or Bank Guarantee from any of the Commercial Banks in accordance with the
prescribed form. In case the contractor fails to deposit the said performance guarantee
within the period as indicated in Schedule 'F’, including the extended period if any,
the Earnest Money deposited by the contractor shall be forfeited automatically
without any notice to the contractor. The earnest money deposited along with bid
shall be returned after receiving the aforesaid performance guarantee. The contractor
whose bid is accepted will also be required to furnish either copy of applicable
licenses/ registrations or proof of applying for obtaining labour licenses, registration
with EPFO, ESIC and BOCW Welfare Board including Provident Fund Code No. If
applicable and also ensure the compliance of aforesaid provisions by the sub-
contractors, if any engaged by the contractor for the said work within the period
specified in Schedule F.

11. The site for the work of “Construction of 150 KLD Capacity Sewage Treatment
Plant including SITC of E&M works and distribution lines for treated water at
CRPF Campus, Kalikiri, Chittoor Dist., A.P.” will be made available on “as is where
is” basis.

Intending Bidders are advised to inspect and examine the site and its surroundings
and satisfy themselves before submitting their bids as to the nature of the ground and
sub-soil (so far as is practicable), the form and nature of the site, the means of access
to the site, the accommodation they may require and in general shall themselves
obtain all necessary information as to risks, contingencies and other circumstances
which may influence or affect their bid. A bidders shall be deemed to have full
knowledge of the site whether he inspects it or not and no extra charge consequent on
any misunderstanding or otherwise shall be allowed. The bidders shall be responsible
for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity access, facilities for workers and all other services required for executing
the work unless otherwise specifically provided for in the contract documents.
Submission of a bid by a bidder implies that he has read this notice and all other
contract documents and has made himself aware of the scope and specifications of the
work to be done and of conditions and rates at which stores, tools and plant, etc. will
be issued to him by the Government and local conditions and other factors having a
bearing on the execution of the work.

The intending bidder should submit the declaration about site inspection in Form ‘I’.

12. The competent authority on behalf of the President of India does not bind itself to
accept the lowest or any other bid and reserves to itself the authority to reject any or
all the bids received without the assignment of any reason. All bids in which any of
the prescribed condition is not fulfilled or any condition including that of conditional
rebate is put forth by the bidders shall be summarily rejected.
PART A 17

13. Canvassing whether directly or indirectly, in connection with bidders is strictly


prohibited and the bids submitted by the contractors who resort to canvassing will be
liable for rejection.
14. The competent authority on behalf of President of India reserves to himself the right
of accepting the whole or any part of the bid and the bidders shall be bound to
perform the same at the rate quoted.
15. The contractor (enlisted or non-enlisted in CPWD) shall not be allowed to participate
in the tender for work(s) in the CPWD Zone/Circle/Division/Sub-Division
responsible for award and/or execution of contract(s) in which his near relative is
posted as Divisional Accountant or as an officer in any capacity between the grades of
the Chief Engineer and Junior Engineer (both inclusive). He shall also intimate the
names of persons who are working or are subsequently employed by him and who
are near relatives to any Officer working in the CPWD. Any breach of this condition
by the contractor would render him liable to be debarred for a period upto two years
from tendering in CPWD as decided by the accepting authority mentioned in
Schedule F and his decision will be excepted from clause 25.

16. No Engineer of Gazetted Rank or other Gazetted Officer employed in Engineering or


Administrative duties in an Engineering Department of the Government of India is
allowed to work as a contractor for a period of one year after his retirement from
Government service, without the prior permission of the Government of India in
writing. This contract is liable to be cancelled if either the contractor or any of his
employees is found any time to be such a person who had not obtained the
permission of the Government of India as aforesaid before submission of the bid or
engagement in the contractor’s service.

17. The bid for the work shall remain open for acceptance for a period of Seventy-Five
(75) days from the date of opening of technical bids. Further,

i. If any tenderer withdraws his tender or makes any modifications in the terms and
conditions of the tender which is not acceptable to the department within 7days after
last date of submission of bids, then the Government shall without prejudice to any
other right or remedy, be at liberty to forfeit 50% of the earnest money absolutely
irrespective of letter of acceptance for the work is issued or not.
ii. If any tenderer withdraws his tender or makes any modifications in the terms and
conditions of the tender which is not acceptable to the department after expiry of
7days after last date of submission of bids, then the Government shall without
prejudice to any other right or remedy be at liberty to forfeit 100% of the earnest
money absolutely irrespective of letter of acceptance for the work is issued or not.
iii. In case of forfeiture of earnest money as prescribed in para (i) and (ii) above, the
bidder shall not be allowed to participate in the rebidding process of the same work.
18. This notice inviting Bid shall form a part of the contract document. The successful
bidders/contractor, on acceptance of his bid by the Accepting Authority shall within
7 days from the stipulated date of start of the work, sign the contract consisting of: -
PART A 18

i) The Notice Inviting Bid, all the documents including additional conditions,
specifications and drawings, if any, forming part of the bid as uploaded at the
time of invitation of bid and the rates quoted online at the time of submission of
bid and acceptance thereof together with any correspondence leading thereto.
ii) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.
19. For Composite Tenders
21.1. The Engineer-in-Charge of the major competent will call bids for the composite work.
The cost of bid document and Earnest Money will be fixed with respect to the
combined estimated cost put to tender for the composite bid.
21.2. The bid document will include following five components:
Part A: - CPWD-6, CPWD-7 including schedule A to F for the major component
(Civil) of the work, Standard General Conditions of Contract for Construction works-
2023 as amended/modified up to last date of submission of tender.
Part B: - Special conditions, Particular specifications and list of preferred makes
applicable to major component (Civil works) of the work.
Part C: - Schedule A to F for minor component (E & M) of the work, special additional
conditions and list of preferred makes applicable to minor component(s) of the work.
Part D: - Schedule of quantities for Civil & E&M component(s) of the work.
Part E: - Indicative Tender drawings.
21.3. The bidder must associate himself, with agencies as per NIT conditions.
21.4. The eligible bidders shall quote rates for all items of major component as well as for
all items of minor components of work.
21.5. After acceptance of the bid by competent authority, the EE in charge of major
component of the work shall issue letter of award on behalf of the President of India.
After the work is awarded, the main contractor will have to enter into one agreement
with EE in charge of major component and has also to sign two or more copies of
agreement depending upon number of EE's/DDH in charge of minor components.
One such signed set of agreement shall be handed over to EE/DDH in charge of
minor component(s).
EE of major component will operate Part A and Part B of the agreement. EE/DDH in
charge of minor component(s) shall operate Part- C along with Part A of the
agreement.
21.6. Entire work under the scope of composite tender including major and all minor
components shall be executed under one agreement.
21.7. Security Deposit will be worked out separately for each component corresponding to
the estimated cost of the respective component of works.
21.8. The main contractor has to associate agencies for specialized component(s)
conforming to eligibility criteria as defined in the bid document and has to submit
detail of such agency(s) to Engineer-in-Charge of relevant component(s) within
PART A 19

prescribed time. Name of the agency(s) to be associated shall be approved by


Engineer-in-Charge of relevant component(s).
21.9. In case the main contractor intends to change any of the above agency/ agencies
during the operation of the contract, he shall obtain prior approval of respective
Engineer-in-charge/ DDH of relevant specialized component(s).
The new agency/ agencies shall also have to satisfy the laid down eligibility criteria.
In case Engineer-in-charge is not satisfied with the performance of any agency, he can
direct the contractor to change the agency executing such items of work and this shall
be binding on the contractor.
21.10. The main contractor has to enter into MoU with agency(s) associated by him. Copy of
such MoU shall be submitted to EE/ DDH in charge of each relevant component as
well as to EE-in-charge of major component. In case of change of associate contractor,
the main agency(s) has to enter into MoU/agreement with the new contractor
associated by him.
21.11. Running payment for the major component shall be made by EE of major discipline to
the main contractor. Running payment for minor components shall be made by the
Engineer-in-Charge of the discipline of minor component directly to the main
contractor. The CMB shall be maintained independently by Engineer-in Charge of
major and minor components.
20.1.12A. The composite work shall be treated as complete when all the components
of the work are complete. The completion certificate of the composite work shall be
recorded by Engineer-in-Charge of major component after record of completion
certificate of all other components.
20.1.12B. Final bill of whole work shall be finalized and paid by the EE of major
component. Engineer(s) in charge of minor component(s) will prepare and pass the
final bill for their component of work and pass on the same to the EE of major
component for including in the final bill for composite contract.
21 The intending bidders are required to update their profile in CPWD e- tender portal
and to upload their bids well in advance of last date of submission of tender. Any
issue related to updating profile/uploading tender can be resolved through the
concerned Executive Engineer/ Assistant Engineer (Phone no.0877-2260169, e- mail
Id: [email protected]) or ERP helpline no. 18001803286 or e-mail ld.
[email protected]. The e- tendering bidders are also advised not to
wait to raise any issues till the last date of submission of bid in their own interest.

Executive Engineer
CPWD, Tirupati.
(For& on behalf of President of India)
PART A 20

GUIDELINES FOR FIXING ELIGIBILITY CRITERIA FOR TWO BID SYSTEM

1. Contractors who fulfill the following requirements shall be eligible to apply.


Technical Eligibility Criteria:
(i) (a) Experience of having successfully completed similar works during the last 7 years
ending last day of the month previous to the one in which tenders are invited.
(Applicable for CPWD enlisted as well as non-CPWD contractors).
Joint ventures/consortium and Special Purpose vehicle are not accepted.
Technical Eligibility Criteria:
Should have satisfactorily completed the works as mentioned below during the last
Seven years ending last day of the month previous to the one in which tenders are
invited.
Three similar completed works each costing not less than Rs. 62.38 lakhs, or two
similar completed works each costing not less than Rs.93.57 lakhs, or one similar
completed work costing not less than Rs.124.76 lakhs.
Similar work shall mean works of “Construction of minimum 40 KLD Capacity
Sewage Treatment Plant including SITC of E&M works, all composite executed
under one agreement in India.”
The works of specialized E &M services included in definition of similar work will
be considered even if these have been executed under a separate contract.
However, these, E &M services executed under a separate contract shall be
considered for the purpose of assessing technical competence only without adding
its monetary value for determining the eligibility as required above.
Godowns / Warehouses/ factory sheds/ buildings shall not be considered as
eligible similar works.
For similar works, works executed in India only shall be considered.
The bidder shall submit copy of final bill paid along with bill of quantities and
experience certificate issued by an officer not below the rank of Executive Engineer
/ Project Manager or equivalent.
The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to previous day of last day of submission of tenders. (Applicable to
CPWD enlisted contractors of appropriate class also)
ln case, the eligible work has been executed by a Joint Venture through one or more
individual firm(s), then cost of completed work shall be distributed among the
individual firm(s) in proportion to their share in Joint Venture and that will be
considered as work experience for individual firm(s) for prequalification in bidding.
Financial Eligibility Criteria:
(ii) Should have had Average Annual Financial Turnover of Rs.46.79 lakhs on
construction works during the last three years ending 31st March 2024 (Scanned copy
of Certificate from CA with Unique Document Identification Number (UDIN) to be
PART A 21

uploaded). The value of annual turnover figures shall be brought to the current value
by enhancing the actual turnover figures at simple rate of 7% per annum.
(iii) Should not have incurred any loss (profit after tax should be positive) in more than
two years during the last five years ending 31st March 2024.
(iv) Should have a Banker's Certificate from a commercial Bank for Rs.62.38 lakhs or
Net Worth certificate from CA with Unique Document Identification Number
(UDIN) of minimum amount of Rs.15.60 lakhs. (Scanned copy of original to be
uploaded).
(v) Should have bidding capacity equal to or more than the estimated cost of the work
put to tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in construction works executed in any one year during the
last seven years taking into account the completed as well as works in progress. The
value of completed works shall be brought to current costing level by enhancing at a
simple rate of 7% per annum.
Or
In case, if bidders are from the categories of Retired Govt. Engineer /Architect, then
“A” shall be as per Rule 6.1.7 of enlistment Rules 2024
Or
In case if the bidders is a newly enlisted director/ Partner then “A” shall be taken as
proportionate share as per rule 9.6.3 and 9.6.4 of Enlistment Rules 2024
N = Number of years prescribed for completion of work for which bids have been
invited.
B = Value of existing commitments and ongoing works to be completed during the
period of completion of work for which bids have been invited.
(vi) Evaluation of performance: Evaluation of the performance of contractors for
eligibility shall be done by NIT approving authority or a Committee constituted by
him. All the eligible similar works executed and submitted by the bidders in support
of eligibility and any one of the ongoing works, may be got inspected by a committee
which may consist of client or any other authority as decided by NIT approving
authority. The marks for the quality shall be given based on this inspection, if
inspection is carried out.
Scoring method of evaluation: - The scoring for evaluation mentioned in these
columns shall be done as given in Proforma - I.
PART A 22

PROFORMA - 1

CRITERIA FOR EVALUATION OF THE PERFORMANCE OF CONTRACTORS FOR


PRE-ELIGIBILITY

Attributes Evaluation
(a) Financial strength (20 marks)
(i) Average annual 16 marks (i) 60% marks for minimum eligibility
turnover criteria.
(ii) Banker’s 4 marks (ii) 100% marks for twice the minimum
Certificate eligibility criteria or more.
In between (i) & (ii) - on pro-rata basis
(b) Experience in (20 marks) (i) 60% marks for minimum eligibility
similar class of criteria.
works (ii) 100% marks for twice the minimum
eligibility criteria or more.
In between (i) & (ii) - on pro-rata basis
(c) Performance on (20 marks)
works (time over
run)
Parameter Calculation For Score Maximum
points marks
If TOR = 1.00 2.00 3.00 >3.50 20
(i) Without levy of 20 15 10 10
compensation
(ii) With levy of compensation 20 5 0 0
(iii) Levy of compensation not 20 10 0 0
decided
TOR = AT/ST, where AT= Actual Time; ST= Stipulated Time in the
Agreement plus (+) justified period of Extension of Time
Note: Marks for value in between the stages indicated above is to be
determined by straight line variation basis.
(d Performance of works (Quality) as per Assessment in Form D-1. (40 marks)
)
Completed works Ongoing works (Total marks assessed)
(max. 25 marks) (max.15 marks)

NOTE: - 1. If in case, the bidder does not have any ongoing works then for the evaluation
under attribute (d), the completed similar works shall be assessed for 40 Marks.

To become eligible for shortlisting the bidder must secure at least 50 % (fifty percent) marks
in each (a, b, c & d above) and 60 % (sixty percent) marks in aggregate.

The department, however, reserves the right to restrict the list of such qualified contractors to
any number, as deemed suitable by it.
PART A 23

SECTION - I

BRIEF PARTICULARS OF WORK


1. Salient details of the work for which bids are invited are as under

Sl. Period of
Name of work Estimated cost
No. completion

1 Construction of 150 KLD Capacity Sewage Rs.1,55,95,507/- 180 days


Treatment Plant including SITC of E&M
works and distribution lines for treated water
at CRPF Campus, Kalikiri, Chittoor Dist.,
A.P.

2. The work is situated at CRPF Campus, Kalikiri, Chittoor Dist., A.P.

3. General features and major components of the work are as under:

A. Civil Component:

 Proposed STP of capacity 150 KLD is based on MBBR Technology.

 All tanks Equalization tank. MBBR tank, Tube settler tank, filter bed tank, treated
water tank and housing of all E& M portion are with RCC using M30 grade design
mix concrete walls.

 Provision kept for de silting of existing Sewerage system in the campus.

 Distribution pipe lines for Treated water.

B. Electrical component:

 Supplying, installing, testing & commissioning of E&M components for 150 KLD
Effluent Treatment plant.

4. Work shall be executed according to General Conditions of Contract for Central


P.W.D. Works available separately at printer's outlets. The bidder may obtain the
address of the outlets from the Executive Engineer.
PART A 24

SECTION - II
INFORMATION & INSTRUCTIONS FOR BIDDERS
1. General:
1.1. Letter of transmittal and forms for deciding eligibility are given in Section III.
1.2. All information called for in the enclosed forms should be furnished against the
relevant columns in the forms. If for any reason, information is furnished on a
separate sheet, this fact should be mentioned against the relevant column. Even if no
information is to be provided in a column, a "nil" or "no such case" entry should be
made in that column. If any particulars/query is not applicable in case of the bidder,
it should be stated as "not applicable". The bidders are cautioned that not giving
complete information called for in the application forms or not giving it in clear terms
or making any change in the prescribed forms or deliberately suppressing the
information may result in the bid being summarily disqualified. Bids made in any
other method than specified e-tendering process and those received late will not be
entertained.
1.3. References, information and certificates from the respective clients certifying
suitability, technical knowledge or capability of the bidder should be signed by an
officer not below the rank of Executive Engineer or equivalent.
1.4. The bidder may furnish any additional information which he thinks is necessary to
establish his capabilities to successfully complete the envisaged work. He is, however,
advised not to furnish superfluous information.
1.5. No information/documents shall be entertained after submission of bid unless it is
required to clarify the query raised by employer. No fresh/revised mandatory
documents is remitted at this stage.
2. Definitions:
2.1. In this document the following words and expressions have the meaning hereby
assigned to them.
2.2. Employer: Means the President of India, acting through the Executive Engineer,
CPWD, Tirupati.
2.3. Bidder: Means the individual, proprietary firm, firm in partnership, limited company
private or public or corporation.
2.4. "Year" means "Financial Year" unless stated otherwise.
3. Method of application:
3.1. If the bidder is an individual, the application shall be signed by him above his full
type written name and current address.
3.2. If the bidder is a proprietary firm, the application shall be signed by the proprietor
above his full typewritten name and the full name of his firm with its current address.
3.3. If the bidder is a firm in partnership, the application shall be signed by all the
partners of the firm above their full typewritten names and current addresses, or,
alternatively, by a partner holding power of attorney for the firm. In the latter case a
certified copy of the power of attorney should accompany the application. In both
cases a certified copy of the partnership deed and current address of all the partners
of the firm should accompany the application.
PART A 25

3.4. If the bidder is a limited company or a corporation, the application shall be signed by
a duly authorized person holding power of attorney for signing the application
accompanied by a copy of the power of attorney. The bidder should also furnish a
copy of the Memorandum of Articles of Association duly attested by a Public Notary.
4. Final decision-making authority.
The employer reserves the right to accept or reject any bid and to annul the process
and reject all bids at any time, without assigning any reason or incurring any liability
to the bidders.
5. Particulars provisional
The particulars of the work given in Section - 1 are provisional. They are liable to
change and must be considered only as advance information to assist the bidder.
6. Site visit
The bidder is advised to visit the site of work, at his own cost, and examine it and its
surroundings to himself collect all information that he considers necessary for proper
assessment of the prospective assignment.
7. Initial Criteria for eligibility
(A) Technical Eligibility criteria:
7.1. The Bidder should have satisfactorily completed similar works during the last Seven
years ending last date of the month previous to the one in which tenders are invited.
For this purpose, cost of work shall mean gross value the completed work including
cost of material supplied by the Government/Client but excluding those supplied
free of cost. This should be certified by an officer not below the rank of Executive
Engineer/Project Manager or equivalent
(i) Three similar completed works each costing not less than Rs. 62.38 lakhs, or two
similar completed works each costing not less than Rs.93.57 lakhs, or one similar
completed work costing not less than Rs.124.76 lakhs.
Similar work shall mean works of “Construction of minimum 40 KLD Capacity
Sewage Treatment Plant including SITC of E&M works, all composite executed
under one agreement in India.”
The works of specialized E &M services included in definition of similar work will
be considered even if these have been executed under a separate contract.
However, these, E &M services executed under a separate contract shall be
considered for the purpose of assessing technical competence only without adding
its monetary value for determining the eligibility as required above.
 Godowns / Warehouses/ factory sheds/ buildings shall not be considered as
eligible similar works.
 For similar works, works executed in India only shall be considered.
 The bidder shall submit copy of final bill paid along with bill of quantities
and experience certificate issued by an officer not below the rank of
Executive Engineer / Project Manager or equivalent.
PART A 26

The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum; calculated from the date of
completion to previous day of last day of submission of tenders. (Applicable to
CPWD enlisted contractors of appropriate class also)
(B) Financial Eligibility Criteria:
7.2. The bidder should have had Average Annual Financial Turnover of Rs.46.79 lakhs on
Civil/Electrical construction work during the last three consecutive years ending 31st
March 2024 as per the balance sheets duly audited and certified by Chartered
Accountant. Year in which no turnover is shown would also be considered for
working out the average. The value of annual turnover figures shall be brought to
current value by enhancing the actual turnover figure at simple rate of 7% per
annum.
7.3. The bidder should not have incurred any loss (profit after tax should be positive) in
more than two years during available last five consecutive balance sheets (standalone
financial statement) ending 31st March 2024, duly certified and audited by the
Chartered Accountant.
7.4. The bidder should have a Banker's certificate from a Commercial Bank for Rs.62.38
lakhs certified by his Bankers. (Not required if applicant is a CPWD registered
contractor of appropriate class) or the bidder should submit Net worth Certificate of
minimum amount of Rs.15.60 lakhs issued by the certified Chartered Accountant (on
the format prescribed in form B-1).
7.5. The bidder should have sufficient number of Technical and Administrative
employees for the proper execution of the contract. The bidder shall have to submit a
list of these employees stating clearly how these would be involved in this work
within 15 days of award of work.
7.6. Bidding Capacity (applicable for CPWD enlisted contractors also): The bidding
capacity of the contractor should be equal to or more than the estimated cost of the
work put to tender. The bidding capacity shall be worked out by the following
formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in construction works executed in any one year during the
last seven years taking into account the completed as well as works in progress. The
value of completed works shall be brought to current costing level by enhancing at a
simple rate of 7% per annum.
N = Number of years prescribed for completion of work for which bids have been
invited.
B = Value of existing commitments and ongoing works to be completed during the
period of completion of work for which bids have been invited. The amount of works
which are stuck up due to local body clearance, environmental clearance, Court
decisions etc., shall not be considered for calculation of “B”. NIT approving authority
may take a final decision on other justified reasons.
Note:
1. The bidder should submit bidding capacity as per Form ‘C3’
2. Bidding capacity is applicable for all the contractors including CPWD enlisted
PART A 27

contractors.
3. Bidding capacity formula for CPWD Contractors who are enlisted based on rule
6.1.7 of Enlistment Rules – 2024 i.e. Government retired Engineer / Architect for
three years from the date of issue of enlistment order, is as follows –
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Banker’s certificate figure as submitted by applicant (i.e. Government Retired
Engineer/ Architect) at the time of enlistment for first year of enlistment and
subsequent fresh bankers’ certificate for second and third year respectively. Value
of A for first year will be mentioned in the enlistment order by the member
secretary of advisory committee for enlisting authority.
N = Number of years prescribed for completion of work for which bids have been
invited.
B = Value of existing commitments of ongoing works during the period of
execution to be completed during the period of completion of work for which bids
have been invited. This value is for newly enlisted entity.
Within three years from the date of issue of enlistment order, the newly enlisted
entity has to develop its own bidding capacity and thereafter the general bidding
capacity formula being used for other entities shall be applicable to it for
calculation of bidding capacity.
Newly enlisted entity may like to follow general bidding capacity formula even
before period of three years if it so chooses.
4. Bidding capacity for CPWD contractors who are enlisted based on 9.6.3 & 9.6.4 of
Enlistment Rules – 2024 i.e. new entity based on previous enlisted entity for three
years from date of issue of enlistment order, is as follows: -
Annual turnover of newly enlisted entity shall be in proportion to the
shareholding of partners/directors in the original enlisted entity at the time of
enlistment of the newly enlisted entity.
Within three years from the date of issue of enlistment order, the newly enlisted
entity has to develop its own bidding capacity and there after the general bidding
capacity formula being used for other entities shall be applicable to it for
calculation of bidding capacity. Newly enlisted entity may like to follow general
bidding capacity formula even before period of three years, if it so chooses.
Bidding capacity formula for newly enlisted based on rules 9.6.3 or 9.6.4
Enlistment Rules – 2024 shall be as follows: -
Bidding Capacity = {[A’xNx1.5]-B}
Where,
A’ = Proportionate share of newly enlisted director/partner in originally enlisted
company/firm multiplied by the factor A, as given below. Value of A’ will be
mentioned in the enlistment order by the Member Secretary of Advisory
Committee for Enlistment Authority. It will remain same for three years.
PART A 28

A = Maximum turnover in construction works executed in any one year during the
last seven years taking into account the completed as well as works in progress.
The value of completed works shall be brought to current costing level by
enhancing at a simple rate of 7% per annum. This value is originally enlisted entity
at the time of enlistment of newly enlisted entity.

N = Number of years prescribed for completion of work for which bids have been
invited.

B = Value of existing commitments of ongoing works during the period of


execution of work for which bids have been invited. This value is for newly
enlisted entity.

5. Enlisted entities based on rules 6.1.7, 9.6.3 & 9.6.4 of enlistment rules – 2024 can
submit MoU from agency having requisite experience for structural system
technology if enlisted entity does not have required experience.

8. Evaluation criteria

8.1. The detailed submitted by the bidders will be evaluated in the following manner:

8.1.1. The initial criteria prescribed in Para 7.0 above in respect of experience of eligible
similar works completed, loss, Banker's certificate, financial turnover and bidding
capacity etc. will first be scrutinized and the bidder's eligibility for the work be
determined.

8.1.2. The bidders qualifying the initial criteria as set out in Para 7.0 above will be evaluated
for following criteria by scoring method on the basis of details furnished by them.

(a) Financial strength (Form 'A' & 'B' or B-1) Maximum 20 marks
(b) Experience in eligible similar nature of work Maximum 20 marks
during last seven years (Form 'C')
(c) Performance on works - Time over run Maximum 20 marks
(d) Performance on works (Form ‘D’-1) - Quality Maximum 40 marks
Total 100 marks

To become eligible for shortlisting the bidder must secure at least fifty percent (50%)
marks in each (Section a, b, c & d) and sixty percent (60%) marks in aggregate.

The department, however, reserves the right to restrict the list of such qualified
contractors to any number deemed suitable by it.

Note: The average value of performance of works for time over run and quality shall
be taken on the basis of performance report and eligible similar works.

9. Financial information

Bidder should furnish the Annual financial statement for the last five years in (Form
"A1"). Banker’s Certificate in (Form "B") or Net worth Certificate in (Form "B-1").
PART A 29

10. Experience of similar works


Bidder should furnish the List of eligible similar nature of works successfully
completed during the last seven years in (Form "C") and ongoing works as well (Form
‘C-1’).
11. Organization information
Bidder is required to submit the information in respect of his organization in Form
"E"
12. Letter of transmittal
The bidder should submit the Letter of Transmittal attached with the document in
Form ‘A’.
13. Opening of Price bid
After evaluation of applications, a list of short-listed agencies will be prepared.
Thereafter the financial bids of only the qualified and technically acceptable bidders
shall be opened at the notified time, date and place in the presence of the qualified
bidders or their representatives.
14. Award Criteria
14.1 The employer reserves the right, without being liable for any damages or obligation
to inform the bidder, to:
(a) Amend the scope of work and value of contract.
(b) Reject any or all the applications without assigning any reason.
14.2 Any effort on the part of the bidder or his agent to exercise influence or to pressurize
the employer would result in rejection of his bid. Canvassing of any kind is
prohibited.

Executive Engineer
CPWD, Tirupati.
(For& on behalf of President of India)
PART A 30

SECTION – III
INFORMATION REGARDING ELIGIBILITY
FORM ‘A’
LETTER OF TRANSMITTAL
From:

To:
Executive Engineer
CPWD, Tirupati.

Subject: - Submission of bids for the work of “Construction of 150 KLD Capacity Sewage
Treatment Plant including SITC of E&M works and distribution lines for treated
water at CRPF Campus, Kalikiri, Chittoor Dist., A.P.”.
Sir,
Having examined the details given in Bid document for the above Work, I/we
hereby submit the relevant information.
1. I/We hereby certify that all the statement made and information supplied in the
enclosed forms A to O and accompanying statement are true and correct.
2. I/We have furnished all information and details necessary for eligibility and have
no further pertinent information to supply.
3. I/We submit the requisite certified solvency certificate or Net worth Certificate
and authorize the Executive Engineer, CPWD, Tirupati to approach the Bank
issuing the solvency certificate to confirm the correctness thereof. I/we also
authorize Executive Engineer, CPWD, Tirupati to approach individuals,
employers, firms and corporation to verify our competence and general
reputation.
4. I/We submit the following certificates in support of our suitability, technical
knowledge and capability for having successfully completed the following
eligible similar works:
Name of work Experience Certificate issued by

5. I/We hereby submit undertaking on structural stability and soundness as per


prescribed format Form ‘J’.
Certificate
It is certified that the information given in the enclosed eligibility bid are correct. It
is also certified that I/We shall be liable to be debarred, disqualified/ cancellation of
enlistment in case any information furnished by me/us found to be incorrect.
Enclosures:
Date of submission
Seal of bidder &
Signature(s) of bidder(s)
PART A 31

FORM ‘A-1’

FINANCIAL INFORMATION

I. Financial Analysis - Details to be furnished duly supported by figures in balance


sheet/profit & loss account for the last five years duly certified by the Chartered
Accountant as submitted by the applicant to the Income Tax Department (Copies to
be attached).

YEARS (Fig. in Lakhs)


Sl.
2017 2018 2019 2020 - 2021 2022 2023 -
No
- 18 - 19 - 20 21 - 22 - 23 24
.
(i) Gross Annual Tur
n Over on
Construction
Works.
Profit/Loss
(ii) (standalone
finance statement
and consolidated
financial statement
both)

II. Financial arrangements for carrying out the proposed work.

Signature of Chartered Accountant with Seal

UDIN No:
SIGNATURE OF BIDDER(S)
Note:
1. The bidder should give information strictly in the above format.
2. The annual turnover Figures are to be furnished for the last seven years for the
purpose of working out bidding capacity of the bidder.
PART A 32

FORM ‘B’

FORM FOR BANKERS CERTIFICATE FROM A COMMERCIAL BANK

To,
Executive Engineer
CPWD, Tirupati.

This is to certify that to the best of our knowledge and information that
M/s./Shri……………………………………… having marginally noted address,
…………………………………………………... as a customer of our bank are / is respectable
and can be treated as good for any engagement up to a limit of Rs……………..........
(Rupees……… ………………………………………………..…).

This certificate is issued without any guarantee or responsibility on the bank or any of
the officers.

(Signature) For the bank

NOTE:
1) Banker’s certificate should be on letter head of the Bank addressed to Executive
Engineer, CPWD, Tirupati.
2) In case of partnership firm, certificate should include names of all partners as recorded
with the Bank.
PART A 33

FORM ‘B-1’

FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERTED ACCOUNTANT

To,
Executive Engineer
CPWD, Tirupati.

“It is to certify that as per the audited balance sheet and profit and loss account

during the financial year ..............., the net worth of M/s ...........................................

(name and registered address of individual/firm/company), as on .............................

(the relevant date) is Rs......................... after considering all liabilities. It is further

certified that the net worth of the individual/firm/company has not eroded by more

than 30% in the last 3 years ending on ......................(the relevant date).

Signature of chartered accountant……………………….


Name of Chartered accountant…………………………..
Membership no of ICAI ………………………………….
UDIN number …………………………………………….

Date and seal:


PART A 34

FORM ‘C’

DETAILS OF ELIGIBLE SIMILAR NATURE OF WORKS COMPLETED DURING


THE LAST SEVEN YEARS ENDING LAST DAY OF THE MONTH PREVIOUS TO
THE ONE IN WHICH TENDERS ARE INVITED.

Name and address/ telephone number of


Litigation/ arbitration cases pending/ in

officer to whom reference may be made.


Whether the work was done on back-to-
Date of commencement as per contract
Name of work / project and location

Owner or sponsoring organization

Cost of work in crores of rupees.

Stipulated date of completion

Actual date of completion

progress with details *

back basis?
YES / NO

YES/ NO
Sl. No.

1 2 3 4 5 6 7 8 9 10

* Indicate gross Amount Claimed and Amount Awarded by the Arbitration tribunal.

Note:
The bidder is required to submit Form ‘D’ in respect of all the works listed out by the
bidder in the Form ‘C’.

Signature of Bidder (s)


(With stamp)
1
S. No.

2
Name of work / project and location

3
Owner or sponsoring organization

4
Cost of work in crores of rupees.

5
Date of commencement as per contract

6
Stipulated date of completion

Up-to date present progress of work


7

(Financial & Physical)


PROJECTS UNDER EXECUTION

Slow Progress if any and reasons there of


8
9

Name and address/ telephone number of

(With stamp)
officer to whom reference may be made.

Signature of Bidder (s)


10

Remarks
PART A 35

FORM “C-1”
1
Sl. No.

Total (B)

above list.
2

Certificate:
Name of work / project and location

No. of years (N)


3
Owner or sponsoring organization

4
Contract value in crores of rupees.

Updated value of turnover (A)

Bidding capacity = {[AxNx1.5]-B}


5
Date of commencement as per contract

Maximum turnover in last seven years


6
Stipulated date of completion

:
:
:
:
:
7
Upto date percentage progress of work

Rs.
Rs.
Rs.
Rs.
Remaining work in percentage
8

(100 – Column 7)

…………….
Existing commitment
CALCULATION OF BIDDING CAPACITY

Column 4 x Column 8 / 100


10

Name and address/ telephone number of officer

(With stamp)
to whom reference may be made for verification
DETAILS OF EXISTING COMMITMENTS AND ONGOING WORKS

I certify that all the awarded and ongoing works have been included in the

Signature of Bidder (s)


11

Remarks
PART A 36

FORM “C-3”
PART A 37

FORM ‘D’

PERFORMANCE REPORT OF WORKS REFERRED IN FORM ‘C’

1. Name of Work/Project and Location


2. Agreement No.
3 Estimated Cost
4. Tendered Cost
5. Date of Start
6. Date of Completion
(i) Stipulated date of completion
(As mentioned in Work Order)
(ii) Actual date of completion
7. (i) Status of compensation
(Not levied/levied/Not decided)
(ii) Amount of compensation levied for
delayed completion, if any
8. Amount of reduced rate items, if any
9. Performance Report
1. Quality of Work Outstanding/Very Good / Good / Poor
2. Financial Soundness Outstanding/Very Good / Good / Poor
3. Technical Proficiency Outstanding/Very Good / Good / Poor
4. Resourcefulness Outstanding/Very Good / Good / Poor
5. General Behavior Outstanding/Very Good / Good / Poor
9. Details of arbitration / court cases if any including amount of claim amount of award
and present position.
10. Type of structure (RCC framed or Load bearing):
11. Number of Storeys: -
12. Whether the work executed with Internal and External water supply& electrical
installations (Y or No)
13. Whether work executed with Firefighting woks (Yes or No)
14. Whether work executed with HVAC work (Yes or No)
15. Whether work executed with Lift(s) work (Yes or No)
16. Whether work executed with substation work (Yes or No)

Dated: (Authorized Signatory)


Place: Executive Engineer or Equivalent Rank.
Separate Form ‘D’ to be submitted for each work referred in Form ‘C’.
PART A 38

FORM ‘D-1’
ASSESSMENT OF QUALITY FOR COMPLETED AS WELL AS ONGOING WORKS
Name of Work:
Date of Inspection:
Date of submission of report:

A General Observation & Operational Aspects Yes / No


1. Availability of approval from local bodies in case of Construction
of Private Buildings
2. Availability of approved structural drawings.
3. Observation on seepage / leakage in the building.
4. Whether Line & Level Maintained.
5. In case of basement, observation on seepage, if any
6. Any structural defects / distress observed. If yes give details.
7. Whether safety measures adopted at site as per CPWD Safety
Code and or Govt. guidelines are adequate or not.
8. Whether the Welfare facilities provided to labour as per Clause 19
H of GCC for CPWD Works / and or Govt. Guidelines are
adequate or not.
9. Whether AHU getting automatically switched off and fire damps
closed in case of fire signal?
10. Whether thimbles used for termination of wires in DBs, EBDs &
Panels?
B Quality of Work Marks
Assessed
1. Quality of plaster/ finishing
2. Quality of RCC / CC Work
3. Quality of Flooring
4. Quality of Wood Work
5. Quality of Steel Work / Aluminium Work
6. Quality of Plumbing and Sanitary Installation
7. Quality of Workmanship
8. Quality of Waterproofing
9. If cladding done, observation on efficiency/ quality of cladding /
Brick work
10. Quality of internal electrification work
11. Quality of DBs, EBDs & Panels
12. Quality of E&M equipment’s, panels & feeder pillar
PART A 39

A General Observation & Operational Aspects Yes / No


13. Quality of fire alarm system/ firefighting system
14. Quality of Air Conditioning work
15. Quality of Sub-station based on complete live diagram, capacitor
panel, power factor, insulating Mat, cleanliness, cable
termination, earthing pits, earthing of transformer / DG sets
16. Any Other aspect (To be elaborated)
Average Marks (To be awarded out of 100 Marks based on average of marks assessed
on each attribute mentioned at B above).
Note:
1. All the above parameters may be considered for assessing the overall quality of
work executed by the contractor. Each attribute shall be assessed on maximum
marks of 100 under B above.
2. In case, any attribute is not applicable, the same may not be included in assessment
and mentioned are not applicable (N/A)
3. The works as assessed above shall be converted on a scale of 25/15 marks for
completed / ongoing works respectively.
In case of eligible completed works being more than one the average marks
assigned for eligible completed works shall be considered for marking purpose.
Only one ongoing work to be assessed.

Dated: (Authorized Signatory)


Place: Executive Engineer or Equivalent Rank
PART A 40

FORM ‘E’
STRUCTURE & ORGANISATION

1. Name & Address of the bidder:


2. Telephone No./Telex No./Fax No.:
3. Legal status of the bidder
(Scan and upload copies of original document defining the legal status).
a. An Individual
b. A proprietary firm
c. A firm in partnership
d. A limited company or Corporation
4. Particulars of registration with various Government bodies:
(scan & upload attested photocopy).
Organization/Place of registration Registration No.
1.
2.
3.
5. Names and Titles of Directors & Officers with designation to be concerned with
this work.
6. Designation of individuals authorized to act for the organization.
7. Has the bidder, or any constituent partner in case of partnership firm/ limited
company / joint venture, ever been convicted by a court of law? If so, give
details.
8. In which field of Civil Engineering Construction, the bidder has specialization
and interest?
9. Any other information considered necessary but not included above.

Date:
Place:
Signature of Bidder (s)
PART A 41

Form ‘G’

(Affidavit to be furnished on a ‘non-judicial’ stamp paper worth Rs.100)

PROFORMA OF AFFIDAVIT STATING THAT SIMILAR WORKS HAVE NOT BEEN


GOT EXECUTED THROUGH ANOTHER CONTRACTOR ON BACK-TO-BACK BASIS

Name of Work: - Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated water at CRPF
Campus, Kalikiri, Chittoor Dist., A.P.

I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back-to-back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for bidding in
CPWD in future forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire
amount of Earnest Money Deposit/Performance Guarantee.

Date: Signature of Bidder (s) or


Place: an authorized Officer of the firm with stamp & seal

Signature of Notary with seal

Note:
1. Affidavit to be furnished on a Non-Judicial Stamp paper worth of Rs.100/-.
(Scanned copy of this notarized affidavit to be uploaded at the time of
submission of bid).
PART A 42

Form ‘H’

Receipt of deposition of original EMD

(Receipt No…………………/ date…………………)

1. Name of Work: - Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated water at
CRPF Campus, Kalikiri, Chittoor Dist., A.P.

2. NIT No. : 06/EE/Tirupati/e-Tender/2025-26 (Recall).

3. Estimated Cost : Rs.1,55,95,507/-

4. Amount of Earnest Money Deposit : Rs.3,11,910/-

5. Last date of submission of bid : 28.07.2025

1. Name of Contractor: ………………………………………………….………#

2. Form of EMD …………………………………………………….………………#

3. Amount of Earnest Money Deposit………………………….……………….#

4. Date of Submission of EMD…………………………………………………..#

Signature, Name and Designation of


EMD Receiving officer (EE/AAO)
Along with Office Stamp

(# to be filled by EMD receiving EE or


NIT issuing EE, AS the case may be)
PART A 43

FORM ‘I’

DECLARATION ABOUT SITE INSPECTION

To,
The Executive Engineer,
CPWD, Tirupati.

Name of Work: - Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated water at CRPF
Campus, Kalikiri, Chittoor Dist., A.P.

Dear Sir,

It is hereby declared that as per CPWD–6 FOR e-BIDDING, I/ We the bidder(s)


inspected and examined the subject site and its surrounding and satisfy myself /
ourselves as to the nature of the ground and sub-soil (so far as is practicable), the forms
and nature of the site. Ourselves before submitting the bid, the accommodation which
may require and all necessary information as to risks, contingencies and other
circumstances which may influence or affect our bid have been obtained. I/We the
bidder shall have full knowledge of the site and no extra charge consequent upon any
misunderstanding or otherwise shall be claimed in later date.

I /We bidder shall be responsible for arranging and maintaining at own cost all
materials, tools & plants, water, electricity, access, facilities for workers and all other
services required for executing the work unless otherwise specifically provided for in
the contract documents. Submission of a bid by me/us implies that I / We have read
this notice and all other contract documents and has / have made myself /ourselves
aware of the scope and specifications of the work to be done and local conditions and
other factors having a bearing on the execution of the work.

Yours faithfully

(Duly authorized signatory of the


bidder)
PART A 44

Form ‘J’

(On Non – Judicial stamp paper of minimum Rs. 200/-)

(Undertaking on structural stability and soundness of already completed buildings


and infrastructure projects)

To,
The Executive Engineer,
CPWD, Tirupati.

Name of Work: - Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated
water at CRPF Campus, Kalikiri, Chittoor Dist., A.P.

Sir,
I/we undertake and confirm that any building / infrastructure constructed by
our firm /partnership firm/ company has not suffered any failure, making it unfit for
intended use, either due to structural design and defects or due to use of sub-standard
materials or execution of sub-standard work, poor workmanship or any other reason
during the last 25 (twenty-five) years.
l/we, further, undertake that if such information comes to the notice of CPWD,
then Engineer-in-Charge shall be free to terminate the bid/agreement and to forfeit the
entire amount of earnest money deposit, performance guarantee and security deposits.
l/we, also undertake that in addition to above, the Engineer-in-Charge shall be
free to debar us forever from tendering in CPWD.
The decision of Engineer-in-Charge or any higher authority shall be final and
binding.

Signature of notary Signature of bidder or


with seal an authorized person of the firm
with stamp

Note: Affidavit to be furnished on a ‘non-judicial’ stamp paper of Rs.200/- (scanned


copy of the notarized affidavit to be uploaded at the time of submission of bid).
PART A 45

FORM ‘K’

CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF


MINOR COMPONENT OF WORK

Name of Work: - Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated water at CRPF
Campus, Kalikiri, Chittoor Dist., A.P.

I / We hereby give my consent to associate with M/s.___________, for executing the


minor component of work of (Mention category).

I / We will execute the work as per the specifications and conditions of the agreement
and as per directions of the Engineer-in-Charge for the corresponding minor work till
the completion of the work.

I / We will be responsible for necessary action to hand over the installations and for
rectification of defects and repair during the maintenance/warranty period.

Also, I / We will employ a full-time technically qualified Engineer/supervisor for the


minor component of the work as required for the work. I / We will attend
the inspection of officers of the department as and when required.

Date:

Signature with date of Signature with date of


Major component Contractor Associate/Minor Component Contractor
Address Address

Witness with address Witness with address


(From major component contractor side) (From minor component contractor side)
PART A 46

FORM ‘L’

SHALL BE DRAWN ON A ‘NON- JUDICIAL STAMP PAPER’ OF WORTH MINIMUM Rs.


100/-

AFFIDAVIT OF MEMORANDUM OF UNDERSTANDING (MOU)


(to be submitted for each and every Civil /E&M component)

1. M/s. (Name of the firm with full address) Enlistment Status


Valid Upto:
(Henceforth called the main Contractor)

2. M/s. (Name of the firm with full address) Enlistment Status


Valid Upto:
(Henceforth called Associated Contractor)
For the execution of Civil and E & M Work

Name of Work: - Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated water at CRPF
Campus, Kalikiri, Chittoor Dist., A.P.

We state that M.O.U between us will be treated as an agreement and has legality as per
Indian Contract Act (amended up to date) and the department (CPWD) can enforce all the
terms and conditions of the agreement for execution of the above work. Both of us shall be
responsible for the execution of work as per the agreement to the extent this MOU allows.
Both the parties can be paid consequent to the execution as per agreement to the extent this
MOU permits. In case of any dispute, either of us will go for mediation by the Engineer in
charge. Any of us may appeal against the mediation to the Chief Engineer, CPWD,
Vijayawada. His decision shall be final and binding on both of us.

We have agreed as under:


1. The Associated Contractor will execute all Civil/E & M and specialized
works in the wholesome manner as per terms and conditions of the
agreement.
2. The Associated Contractor shall be liable for disciplinary action if he fails to
discharge the action(s) and other legal action as per agreement.
3. All the machinery and equipments, tools and tackles required for execution
of the Civil/E & M works, as per agreement, shall be the responsibility of
the Associated Contractor.
PART A 47

4. The site staff required for the Civil/E & M and specialized work shall be
arranged by the Associated Contractor as per terms and conditions of the
agreement.
5. Site order book maintained for the said work shall be signed by the main
contractor as well as by the Engineer of the Associated Contractor and by
Associated Contractor himself.
6. All the correspondence regarding execution of the Civil/E & M and
specialized work shall be done by the department with the Associated
Contractor with a copy to the main contractor. In case of non-compliance of
the provisions of agreement, the main contractor, as well as the associated
contractor shall be responsible. The action under clauses 2 and 3 shall be
initiated and taken against the main contractor.

Date:
Place:

Signature with date of Signature with date of


Major component Contractor Associate/Minor Component Contractor
Address Address

Witness with address Witness with address


(From major component contractor side) (From minor component contractor side)

NOTE: Affidavit to be furnished on a ‘non-Judicial’ stamp paper worth Rs.100/-


PART A 48

FORM ‘J-1’

ERP TRAINING UNDERTAKING


FOR NON-CPWD CONTRACTORS ONLY

(Undertaking regarding obtaining the certificate after attending “TRAIN THE


TRAINERS PROGRAMME” conducted by NCA, Ghaziabad or through any other
special training arranged by the ERP Unit of CPWD)

To,
The Executive Engineer,
CPWD, Tirupati.

Name of Work: - Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated
water at CRPF Campus, Kalikiri, Chittoor Dist., A.P.

Sir,
Having examined the details given in the bid document for the above work,
I/We hereby submit the following undertaking that
“If work is awarded to me, I/We shall undergo ERP training from CPWD
Regional Training Institutes as applicable and shall obtain and submit the
training certificate secured from the LMS portal of ERP within two months from
the date of receipt of the award letter and failure to do so, a recovery of rupees
ten thousand per week shall be made from my RA bill without giving any show
cause notice to me in this regard”.

Signature of bidder or
an authorized person of the firm
with stamp
PART A 49

C.P.W.D – 7
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
STATE : Andhra Pradesh ZONE: CE, Vijayawada
BRANCH : B& R Division: EE, Tirupati

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work of “Construction of 150 KLD Capacity Sewage Treatment Plant
including SITC of E&M works and distribution lines for treated water at CRPF
Campus, Kalikiri, Chittoor Dist., A.P.

(i) To be uploaded online by 15:00 hours on 28.07.2025 through website


https://etender.cpwd.gov.in or www.cpwd.gov.in

(ii) To be opened in presence of tenderers who may be present at 15:30 hours on


28.07.2025 in the office of O/o Executive Engineer, CPWD, Tirupati.

TENDER
I / We have read and examined the notice inviting tender, schedule, A, B, C, D, E & F,
Specifications applicable, Drawings & Designs, General Rules and Directions,
Conditions of Contract, clauses of contract, Special conditions, Schedule of Rate & other
documents and Rules referred to in the conditions of contract and all other contents in
the tender document for the work.
I/ We hereby tender for the execution of the work specified for the President of India
within the time specified in Schedule ‘F’, viz., schedule of quantities and in accordance
in all respects with the specifications, designs, drawings and instructions in writing
referred to in Rule-1 of General Rules and Directions and in Clause 11 of the Conditions
of contract and with such materials as are provided for, by, and in respects in
accordance with, such conditions so far as applicable.
I/ We agree to keep the tender open for Seventy-Five (75) days from the date of opening
of bid and not to make any modification in its terms and conditions.
I/We have deposited EMD for the prescribed amount in the office of concerned
Executive Engineer as per the bid document.
ln respect of portion of EMD prescribed in the shape of BG, the scanned copy of original
Bank Guarantee including e-Bank Guarantee (as applicable) of any commercial bank
having validity for a period of 90 days for single bid and 180 days for two bid systems
or more from the last date of receipt of bids (strike out as the case may be), is to be
uploaded. If I/We, fail to furnish the prescribed performance guarantee within
prescribed period, I/We agree that the said President of India or his successors, in office
shall without prejudice to any other right or remedy, be at liberty to forfeit the said
earnest money absolutely. Further, if I/We fail to commence work as specified, I/ We
agree that President of India or the successors in office shall without prejudice to any
other right or remedy available in law, be at liberty to forfeit the said performance
PART A 50

guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute


all the works referred to in the tender documents upon the terms and conditions
contained or referred to those in excess of that limit at the rates to be determined in
accordance with the provision contained in Clause 12.2 and 12.3 of the tender form.
Further, I/We agree that in case of forfeiture of Earnest Money or Performance
Guarantee as aforesaid, I/We shall be debarred for participation in the re-tendering
process of the work.
I/We undertake and confirm that eligible similar work(s) has/have not been got
executed through another contractor on back-to-back basis. Further that, if such a
violation comes to the notice of Department, then I/we shall be debarred for tendering
in CPWD in future forever. Also, if such a violation comes to the notice of Department
before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire
amount of Earnest Money Deposit/Performance Guarantee.
I/We hereby declare that I/We shall treat the tender documents drawings and other
records connected with the work as secret/confidential documents and shall not
communicate information/derived there from to any person other than a person to
whom I/We am/are authorized to communicate the same or use the information in any
manner prejudicial to the safety of the State.

Dated ____________________ Signatures of Contractor


Postal Address
Witness:
Address:
Occupation:

ACCEPTANCE
The above tender (as modified by you as provided in the letters mentioned hereunder)
is accepted by me for and on behalf of the President of India for a sum of
Rs……………………..…………
(Rupees
………………………………………………………………………………………………)
The letters referred to below shall form part of this contract Agreement: -
(a)
(b)
(c)
For & on behalf of the President of India
Signatures: ……………………………..
Dated: ** Designation: **
PART A 51

PROFORMA OF SCHEDULES A to F

SCHEDULE ‘A’

Schedule of Quantities : Pages from 240 to 250

Estimated Cost Put to Tender : Rs. 1,55,95,507/-

Civil work (Major Component) : Rs. 1,21,58,876/-

E&M Work (Minor Component) : Rs. 34,36,631/-

SCHEDULE ‘D’

Extra schedule for specific requirements / documents for the work, if any-

a. Special& Additional Conditions : Pages from 62 to 114

b. Particular specifications : Pages from 115 to 157

c. Guarantee Bonds : Pages from 161 to 162

SCHEDULE ‘E’

Reference to General Conditions of contract: GCC 2023 for Construction Works as


amended/modified up to last date of
submission of tender.

Name of Work: Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated
water at CRPF Campus, Kalikiri, Chittoor Dist., A.P.

Estimated Cost Put to Tender : Rs. 1,55,95,507/-

Civil work (Major Component) : Rs. 1,21,58,876/-

E&M Work (Minor Component) : Rs. 34,36,631/-

(i) Earnest money : Rs. 3,11,910/- (To be returned after


receiving Performance Guarantee).

(ii) Performance Guarantee : 5% of tendered/accepted value.

(iii)Security Deposits : 2.5%of tendered/accepted value.

SCHEDULE ‘F’- General Rules & Directions:

Officer inviting tender: Executive Engineer,


CPWD, Tirupati.
Maximum percentage for quantity of items of
work to be executed beyond which rates are to
be determined in accordance with Clauses 12.2 : See below under Clause 12.
& 12.3
PART-A 52

Definitions
2(v) Engineer-in-Charge Executive Engineer,
: CPWD, Tirupati or his successor
thereof.
2(viii) Accepting Authority : Chief Engineer,
CPWD, Vijayawada or his
successor thereof.

2(x) Percentage on cost of materials and : 15% (7.5% for Profits + 7.5% for
labour to cover all overheads and profits. overheads)
2(xi) Standard schedule of Rates : Delhi Schedule of Rates 2023 for
Civil component, DSR 2022 for
E&M component and Market
Rates.
2(xii) Department : Central Public Works Department.
9(ii) Standard CPWD contract Form GCC, : GCC 2023 for Construction works
CPWD-7 as modified & corrected up to & CPWD - 7 as amended/
modified up to last date of
submission of e-tender.
Clause I
(i) Time allowed for submission of : 7 days.
performance Guarantee, Programme
Chart (Time and Progress) and applicable
labour licenses, registration with EPFO,
ESIC and BOCW Welfare Board or proof
of applying thereof from the date of issue
of letter of acceptance.
(ii) Maximum allowable extension with late : 3 days.
fee at 0.1% per day of performance
Guarantee amount beyond the period as
provided in (i) above
Clause 2
Authority for fixing compensation under clause- : Chief Engineer, CPWD,
2. Vijayawada or his successor
thereof.
Clause 5
Number of days from the date of issue of letter of : 10 days
acceptance for reckoning date of start
PART-A 53

MILESTONE(S) FOR CIVIL COMPONENT AS PER TABLE GIVEN BELOW

Sl. Description of
No. Time Allowed (from Amount to be withheld in case of
Milestone
date of start) non-achievement of milestone
(Financial)
1 1/4th of the 50 days 1.25 % of the total tendered amount
Tendered Amount of Civil work component.
2 1/2nd of the 90 days 1.25 % of the total tendered amount
Tendered Amount of Civil work component.
3 3/4th of the 135 days 1.25 % of the total tendered amount
Tendered Amount of Civil work component.
4 Completion in all 180 days 1.25 % of the total tendered amount
respects and of Civil work component.
handing over.
Time Period allowed for execution of Work: - 180 days.

Authority to decide:
i) Authority to convey the decision of shifting of : Executive Engineer, CPWD,
milestones and extension of time Tirupati or his successor thereof.

ii) Authority to decide rescheduling of milestone : Chief Engineer, CPWD,


and extension of time Vijayawada or his successor
thereof.
iii) Shifting the date of start in case of delay in : Chief Engineer, CPWD,
handing over of site Vijayawada or his successor
thereof.
Schedule of handing over of site:
Time Period for handing over
Part Portion of site Description reckoned from date of issue of letter
of intent
Part A Portion without any Full site is
hindrance hindrance 10 Days
free
Part B Portions with
encumbrances NIL Not Applicable

Part C Portions dependent on


NIL Not Applicable
work of other agencies

Schedule of issue of Designs:


Time Period for issue of design
Portion of
Part Description reckoned from date of receipt of
Design
tenders
Part A Portion
As per the scope of work and drawings (Indicative) in NIT.
already in NIT
PART-A 54

Part B-1 Portions of Layout plans& floor Campus Layout plan drawing shall
Architectural plans. be issued along with the letter of
Designs to be commencement of work. Other
issued drawings/ details required if any
will be issued in phased manner as
per the approved programme of
contractor and as per progress of
work.
Part B-2 Portions of Structural drawings Structural drawings/details
Civil Designs including structural analysis of all
to be issued the buildings and development
works etc., required as per the scope
of work to be submitted by the
contractor to the Engineer-in-charge
duly proof checked by the third
party as per agreement condition.
The structural drawings should be
approved by the competent
authority including
revisions/corrections if any within
30 days of date of start.
The site coordination drawings
between various services including
but not limited to stormwater drain,
sewage line, electrical line, HVAC
line, tactile lines, street light poles
etc. to be submitted 30 days prior to
expected date of start as per agency’s
program chart.
Internal plumbing layout of all
structures, irrigation water pipelines
layout to be submitted 30 days prior
to expected execution date as per
agency’s program chart.
Part B-3 Portions of IEI Necessary designs are required to be
E&M Designs submitted by the contractor for
to be issued approval of the Engineer-in-charge
within 30days of issue of award
letter or before commencement of
activity which is earlier.
Clause 5.4 Rs. 10,000/- per each day
Recovery per day for delay in submission of
revised programme
Clause 6: Computerized Measure Book : EMB
(CMB) / Electronic Measurement Book
(EMB)
Mode of Measurement:
PART-A 55

Clause 7
Gross work to be done together with net : 26.00 lakhs.
Payment/adjustment of advances for material
collected, if any since the last such payment
for being eligible to interim payment

Clause 7A
Whether clause 7A shall be applicable: : Yes.
Clause 7B
Whether clause 7B shall be applicable: : Yes.
Clause 8A
Authority to decide compensation on : Chief Engineer, CPWD, Vijayawada or
account if contractor fails to submit his Successor thereof
completion plans
Clause 10A
List of testing equipment to be provided by : Refer Page No.158 to 159.
the contractor at site lab.
Clause 10 B(ii)
Whether clause 10 B(ii) shall be applicable : Not Applicable
Clause 10C
Component of Labour expressed as percent : Applicable
of the value of work.
Clause 10CC : Not Applicable
Clause 11 CPWD Specifications 2019 Vol. - I & II
Specifications to be followed for execution : with up-to-date correction slips.
of work Particular specifications included in this
Bid document, Energy Conservation
Building Code (ECBC)-2017, NBC-2016
and all relevant BIS codes of practice
modified and corrected up to the last
date of submission of Bids.
Clause 12 : The Completion of Cost including extra
items, deviations and admissible
escalation shall, in no case, exceed 1.50
times the contract amount.
Contractor has to devise a system to
keep a watch on quantum of work
taken up vis-à-vis balance items
required to complete defined scope of
work and will give the alerts to
Engineer-In-Charge before taking up
extra items, deviations so that
completion cost including extra items,
deviations and admissible escalation
does not exceed 1.50 times the contract
value.
Work executed beyond above limit will
neither be recorded nor be paid
12.2 C : 100% (Hundred percent)
PART-A 56

Deviation Limit beyond which clauses12.2 (c)


shall apply for building work.
(i) Deviation Limit beyond which clauses 12.2 : 100% (Hundred percent)
(c) shall apply for foundation work (except
items mentioned in earth work subhead in
DSR and related items)
(ii) Deviation Limit for items mentioned in : 100% (Hundred percent)
earth work subhead of DSR and related items
Clause 16
Competent authority for deciding the reduced : Chief Engineer, CPWD, Vijayawada or
rates his Successor thereof
Clause 18
List of mandatory machinery, tools & plants : Refer Page No. 160.
to be deployed by the contractor at site
Clause -19C: - Authority to decide penalty : Executive Engineer,
for each default CPWD, Tirupati.
Clause -19D: - Authority to decide penalty : Executive Engineer,
for each default CPWD, Tirupati.
Clause -19G: - Authority to decide penalty : Executive Engineer,
for each default CPWD, Tirupati.
Clause -19K: - Authority to decide penalty : i. Executive Engineer,
for each default CPWD, Tirupati.
:ii. Rs.1000/- per tradesman
per day
Clause 25

ii. Conciliator for settlement of Additional Director General, Region Hyderabad,


Disputes CPWD, Hyderabad or his successor thereof.
iii. Arbitrator Appointment Chief Engineer, CPWD, Vijayawada or his Successor
Authority thereof

Place of Arbitration: Hyderabad.


Clause 32: Requirement of Technical Representative(s) and recovery rates

Requirement of Rate at which


Technical Staff recovery shall be
made from the
Sl. Designation
Number Minimum experience contractor in the
No of technical
(Of Major/ (Years) event of not
. Qualification staff
Minor fulfilling
Component) provision of clause
32
1 Graduate 1+1 2 or 5 respectively Project Rs.25,000/- per
Engineer Manager cum month per person.
Or Planning/
Diploma quality/site/
Engineer billing
Engineer
PART-A 57

Assistant Engineers retired from Government services those are holding Diploma will be treated at
par with Graduate Engineers.

Diploma holders with minimum 10-year relevant experience with a reputed construction co. can be
treated at par with Graduate Engineers for the purpose of such deployment subject to the condition
that such diploma holders should not exceed 50% of requirement of degree engineers.

Clause 38

(i) (a) Schedule / statement for determining theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates 2023 printed by C.P.W.D. with correction slips up to the
last date of submission of bids.

(ii) Variations permissible on theoretical quantities.

(a) Cement for works with estimated cost : 2% plus/minus

put to tender more than 25 lakhs

(b) Bitumen for all works : 2.5% plus only & nil on minus Side

(c) Steel Reinforcement and structural

steel sections for each diameter,

Section and category : 2% plus/minus

(d) All other materials : Nil

Executive Engineer
CPWD, Tirupati
PART-A 58

Form ‘O’

Annexure I
On Non – Judicial stamp paper of minimum Rs. 100/-
(Guarantee offered by Bank to CPWD in connection with the execution of contracts)
Form for Bank Guarantee for Earnest Money Deposit/Performance Guarantee
/ Security Deposit / Mobilization Advance.

1. Whereas the Executive Engineer ……………………………………… (Name of


Division) …………………………………………, CPWD on behalf of the President
of India (hereinafter called “The Government”) has invited bids under
………………………… (NIT Number) ……………………… dated
……………………. for ……………………………. (Name of work
……………………………………………………………………………………………
……………………………………………………………………………………………
……………… The Government has further agreed to accept irrevocable Bank
Guarantee for Rs. ……………………. (Rupees
………………………………………………………………… Only) valid up to
(date) * …………………………. As Earnest Money Deposit from
……………………………………………. (Name and Address of Contractor)
…………………………………………………… (herein after called “the
contractor”) for compliance of his obligations in accordance with the terms and
conditions of the said NIT.
or **
Whereas the Executive Engineer ……………………. (Name of Division)
…………………., CPWD on behalf of the President of India (hereinafter called
“The Government”) as entered into an agreement bearing number
…………………………. With ……………………… (name and address of the
contractor) ………………………. (Hereinafter called “the Contractor”) for
execution of work ………………………………. (Name of work)
..........................................................…………………………………………. The
Government has further agreed to accept an irrevocable Bank Guarantee for Rs.
……………………………. (Rupees ……………………………………………….
only) valid up to ………………. (date) …………………. As Performance
Guarantee / Security Deposit / Mobilization Advance from the said Contractor
for compliance of his obligations in accordance with the terms and conditions of
the agreement.
2. We, …………………………. (Indicate the name of the bank) …………………
(hereinafter referred to as “the Bank”), hereby undertake to pay to the
Government an amount not exceeding Rs. ………………………….. (Rupees
……………………………. Only) on demand by the Government within 10 days
of the demand.
PART-A 59

3. We,…………………….. (Indicate the name of the Bank) …………………………,


do here by undertake to pay the amount due and payable under this guarantee
without any demur, merely on a demand from the Government stating that the
amount claimed is required to meet the recoveries due or likely to be due from
the said amount due from the said Contractor. Any such demand made on the
Bank shall be conclusive as regards the amount due and payable by the Bank
under this Guarantee. However, our liability under this guarantee shall be
restricted to an amount not exceeding Rs. …………………. (Rupees
……………………………………………. only).

4. We, …………………………….. (Indicate the name of the Bank)


……………………….., further undertake to pay the Government any money so
demanded notwithstanding any dispute or dispute raised by the contractor in
any suit or proceeding pending before any Court or Tribunal, our liability under
this Bank Guarantee being absolute and unequivocal. The payment so made by
us under this Bank Guarantee shall be valid discharge of our liability for
payment there under and the Contractor shall have no claim against us for
making such payment.

5. We, ……………………………. (indicate the name of the Bank) …..………………,


further agree that the Government shall have the fullest liberty without our
consent and without affecting any manner our obligation here under to vary any
of the terms and conditions of the said agreement or to extend time of
performance by the said Contractor from time to time or to postpone for any
time or from time to time any of the powers exercisable by the Government
against the said contractor and to forbear or enforce any of the terms and
conditions relating to the said agreement and we shall not be relieved from our
liability by reason of any such variation or extension being granted to the said
Contractor or for any forbearance, act of omission on the part of the Government
or any indulgence by the Government to the said Contractor or by any such
matter or thing whatsoever which under the law relating to sureties would, but
for this provision, have effect of so relieving us.

6. We, ………………………………….. (Indicate the name of the Bank)


………………….., further agree that the Government at its option shall be
entitled to enforce this Guarantee against the Bank as a principal debater at the
first instance without proceeding against the Contractor and notwithstanding
any security or other guarantee the Government may have in relation to the
Contractor’s liabilities.

7. This guarantee will not be discharged due to the change in the constitution of
the Bank or the Contractor.
PART-A 60

8. We, ……………………………………. (Indicate the name of the Bank)


………………………, undertake not to revoke this guarantee except with the
consent of the Government in writing.

9. This Bank Guarantee shall be valid up to ………………………………. Unless


extended on demand by the Government. Notwithstanding anything mentioned
above, our liability against this guarantee is restricted to Rs.
………………………………….. (Rupees
…………………………………………………………….………………. only) and
unless a claim in writing is lodged with us within the date of expiry or extended
date of expiry of this guarantee, all our liabilities under this guarantee shall
stand discharged.

Date ……………………….

Witness:

1. Signature ……………………………….. Authorized signatory


Name and address Name
Designation
Staff Code no.

2. Signature ……………………………….. Bank Seal


Name and Address

Note:
1. *Date to be worked out on the basis of validity period of 90 days where only
financial bids are invited and 180 days for two / three bid system from the date of
submission of tender.

2. ** In paragraph 1, strike out the portion not applicable. Bank Guarantee will be
made either for earnest money or performance guarantee/security
deposit/mobilization advance, as the case may be.
PART B 61

PART – B

Name of Work: Construction of 150 KLD Capacity Sewage


Treatment Plant including SITC of E&M works and
distribution lines for treated water at CRPF Campus,
Kalikiri, Chittoor Dist., A.P.
PART B 62

SPECIAL CONDITIONS
1.0 General
1.1 Specifications & Order of preference:
1.1.1 Except for the items, for which Particular Specifications are given or where it is
specifically mentioned otherwise in the description of the items in the schedule
of quantities, the work shall generally be carried out in accordance with the
“CPWD Specifications 2019 Vol. I & II” with up-to-date correction slips,
additional / Particular Specifications, Architectural / structural drawings and as
per instructions of Engineer-in-Charge.
1.1.2 The several documents forming the tender are to be taken as mutually
complementary to one another. Detailed drawings shall be followed in
preference to small scale drawings and figured dimensions in preference to
scaled dimensions.
1.1.3 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 observed
(i) Description of items as given in Schedule of Quantities.
(ii) Particular Specifications, Special Conditions and Additional conditions,
if any.
(iii) Drawings.
(iv) CPWD Specifications.
(v) General conditions of contract for CPWD works.
(vi) Indian Standard Specifications of B.I.S.
(vii) Manufacturers’ specifications & as decided by Engineer-in-charge.
(viii) 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 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”.
1.1.4 Any reference made to any Indian Standard Specifications, shall imply to the
latest version of that standard, including such revisions / amendments as issued
by the Bureau of Indian Standards up to last date of receipt of tenders. The
Contractor shall keep at his own cost all such publications including relevant
Indian Standard Codes applicable to the work at site.
PART B 63

1.2 Scope:
1.2.1 The works to be governed by this contract shall cover delivery and
transportation up to destination, safe custody at site, insurance, erection, testing
and commissioning of the entire works.
1.2.2 The works to be undertaken by the contractor shall inter alia include the
following:
i. Preparation of detailed SHOP drawings and AS BUILT drawings
wherever applicable.
ii. Obtaining of Statutory permissions wherever applicable and required.
iii. Pre-commissioning tests as per relevant standard specifications, code of
practice, Acts and Rules wherever required.
iv. Warranty obligation for the equipment and/or fittings/fixtures supplied
by the contractor.
1.2.3 Contractor shall provide all the shop drawings or layout drawings for all the
coordinated services before starting any work or placing any order for any of the
services etc. These shop drawings/layout drawings shall be got approved from
Engineer-in-charge before implementation and this shall be binding on the
contractor. The contractor shall submit material submittals along with material
sample for approval of Engineer-in-charge prior to delivery of material at site.
1.2.4 All the hidden items such as water supply lines, drainage pipes, conduits,
sewers etc. are to be properly tested as per the design conditions before covering
and their measurements in computerized measurement book duly test checked
shall be deposited with Engineer in charge or his authorized representative,
prior to hiding these items.
1.3 Deployment of Technical staff & skilled labour:
1.3.1 The quality of work is of paramount importance. Contractor shall have to
engage well experienced skilled labour and deploy modern T&P and other
equipments to execute the work to provide the desired quality.
The Contractor shall depute Site Engineer & skilled workers as required for the
work. He shall submit organization chart along with details of Engineers and
supervisory staff. It shall be ensured that all decision making powers shall be
available to the representatives of the contractor at site itself to avoid any likely
delays on this account. The contractor shall also furnish list of persons for
specialized works to be executed for various items of work. The Contractor shall
identify and deploy key persons having qualifications and experience in the
similar and other major works, as per the field of their expertise. If during the
course of execution of work, the Engineer-in-Charge is of the opinion that the
deployed staff is not sufficient or not well experienced; the Contractor shall
deploy more staff or better-experienced staff at site to complete the work with
quality and in stipulated time limit. The Project Manager of the contractor along
with all technical staff as mentioned in the clause 32 of the GCC, shall always be
available at the site during execution of work.
PART B 64

1.4 Removal of Machinery, Tools & Equipment:


1.4.1 Removal of machinery, tools & equipment shall be allowed to be moved away
from the site only when, in written opinion of Engineer-in-Charge, the same are
no longer required at site of work.
1.5 Soil conditions of site:
1.5.1 Contractor(s) shall study the soil investigation report for the site, available in the
office of the Engineer-in-Charge and satisfy himself about complete
characteristics of soil and other parameters at site. No claim whatsoever on
account of any discrepancy between the sub-surface strata conditions that may
be actually encountered at the time of execution of the work and those given in
soil report, in-accuracy or interpretation thereof shall be entertained from the
Contractor under any circumstances. The ground water table is in variable
condition and the information given in the report is only indicative and it may
vary from time to time.
1.6 Site condition:
1.6.1 The tenderer shall acquaint himself with the site of work and 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.
1.7 Precautionary measures:
1.7.1 Temporary barricading shall be provided at Site by the contractor at their own
cost. The barricading physically define the boundaries of the plot for restricted
entry to only those involved in the work and also to prevent any accident and
also not causing any inconvenience to the traffic. The barricading panels shall be
painted and “CPWD” mark should be made in suitable size, shapes and number
as directed by Engineer-in-charge without any extra cost. It shall be dismantled
and taken away by the contractor after completion of the work at his own cost
with the permission of Engineer-in-charge.
1.7.2 Contractor shall take all precautionary measures to avoid any damage to
adjoining property. All necessary arrangement shall be made at his own cost.
The contractor shall take all precautions to prevent his workmen and employees
from removing and damaging any Flora (plant/vegetation) from the
campus/site.
1.7.3 The contractor shall take all precautions to avoid accidents by exhibiting
necessary caution boards day and night, speed limit boards, red flags, red lights
and providing barriers. He shall be responsible for all damages and accidents
caused to 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 the
labourers/ contractual staff, the entire responsibility will rest on the contractor
and any compensation under such circumstances, if becomes payable, shall be
entirely borne by the contractor.
PART B 65

1.7.4 The contractor, his authorized representative, workmen etc. shall strictly
observe orders pertaining to fire precautions prevailing in the area.
1.7.5 The Contractor shall take all necessary precautions to prevent any nuisance or
inconvenience to the owners, tenants or occupants of the adjacent properties and
to the public in general. The Contractor shall take all care, as not to damage any
other adjacent property or other services running adjacent to the plot. If any
damage is done, the same shall be made good by the Contractor at his own cost
and to the entire satisfaction of the Engineer-in-Charge. The Contractor shall
use such methodology and equipments for execution of the work, so as to cause
minimum environmental pollution of any kind during construction, to have
minimum construction time and minimum inconvenience to road users and to
the occupants of the buildings on the adjacent plot and public in general, etc. He
shall make good at his own cost and to the entire satisfaction of the Engineer in
Charge any damage to roads, paths, cross drainage works or public or private
property whatsoever caused, due to the execution of the work or by traffic
brought thereon, by the Contractor. Further, the Contractor shall take all
precautions to prevent any pollution of streams and waterways. All waste or
superfluous materials shall be carted away by the Contractor, entirely to the
satisfaction of the Engineer-in-Charge. 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 adjoining buildings. No claim what so ever
on account of site constraints mentioned above or any other site constraints not
specifically stated here, shall be entertained from the Contractor. Therefore, the
Contractors are advised to visit site and get firsthand information of site
constraints. Accordingly, they should quote their tenders. Nothing extra shall
be payable on this account.
1.8. General cleanliness of the site and Stacking & Storage of Materials:
1.8.1 The site of work shall be always kept clean in general strictly adhering to
approved job layout and green building parameters. The Contractor shall take
all care to prevent any water- logging at site. The waste water shall not be
allowed to be collected at site. It may be directly pumped into the public
drainage system with prior approval of the concerned authorities. For discharge
into public drainage system, necessary permission shall be obtained from
concerned authorities after paying the necessary charges, if any, directly to the
authorities. The work shall be carried out in such a way that the area is kept
clean and tidy. All the fees/charges in this regard shall be borne by the
Contractor. Nothing extra shall be payable on this account.
1.8.2 The contractor 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, compound wall,
services etc. are to be constructed.
1.8.3 For construction works which are likely to generate malba / rubbish, contractor
shall dispose of malba, rubbish & other unserviceable materials and wastes at
his own cost to the notified/specified dumping ground and under no
circumstances these shall be stacked / dumped even temporarily, outside the
construction premises.
PART B 66

1.8.4 The contractor shall construct suitable godowns, yard at the site of work for
storing all other materials so as to be safe against damage by sun, rain, damages,
fire, theft etc. at his own cost and also employ necessary watch and ward
establishment for the purpose at his cost.
1.9 Lab Equipment:
The contractor shall provide at his own cost suitable weighing, surveying and
levelling and measuring arrangements as may be necessary at site for checking.
All such equipment shall be got calibrated in advance from laboratory,
approved by the Engineer-in-Charge. Nothing extra shall be payable on this
account. A site laboratory with the minimum equipment as specified in NIT
shall be established, made functional and maintained within 21 days from the
award of the work without any extra cost to the department.
1.10 Setting Out
1.10.1 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
contractor’s acceptance of such grades, lines, levels and dimensions and no
claim shall be entertained at a later date for any errors found.
1.10.2 In order to set the alignment of buildings / foundations and to mark the same
on the ground, the agency is to adopt “total station” surveying method. The
agency is to engage a well versed and well experienced surveyor in “total
station” survey. Nothing extra for this total station survey is payable.
If at any time, any error in the respect of setting out appears 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.
(i) Though the site levels are indicated in the drawings, the contractor shall
ascertain himself and confirm the site levels with respect to GTS bench mark
from the concerned authorities. The contractor shall protect and maintain
temporary/ permanent benchmarks at the site of work throughout the
execution of the work. These bench marks shall be got checked by the
Engineer-in-Charge or his authorized representatives. The work at different
stages shall be checked with reference to bench marks maintained for the
said purpose. Nothing extra shall be payable on this account.
(ii) The approval by the Engineer-in-Charge, of the setting out by the contractor,
shall not relieve the contractor of any of his responsibilities and obligation to
rectify the errors/defects, if any, which may be found at any stage during
the progress of the work or after the completion of the work.
1.10.3 The contractor shall be entirely and exclusively responsible for the horizontal,
vertical and other alignments, 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.
PART B 67

1.10.4 The Contractor shall carry out survey of the work area, at his own cost,
setting out the layout of building in consultation with the Engineer-in-
Charge & proceed further. Any discrepancy between the architectural
drawings and actual layout at site shall be brought to the notice of the
Engineer-in-charge. It shall be responsibility of the Contractor to ensure
correct setting out of alignment. Total station survey instruments only shall
be used for layout, fixing boundaries, and center lines, etc., along with the
theodolites. Nothing extra shall be payable on this account.

1.10.5 Contractor 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 work. All such reference points shall be in relation to the levels and locations,
given in the Architectural and plumbing drawings.
1.11 Temporary Water, Electricity & Telephone Connections:
1.11.1 The contractor shall make his own arrangements for water including boring of
tube wells etc. if necessary and for electricity by obtaining electric connections
and by providing diesel generators of adequate capacity if required and make
necessary payments directly to the State Govt. departments concerned.
Necessary approval shall be taken by the contractor from the ground water
department for boring of tube wells. Nothing extra shall be paid on these
accounts. Contractor shall get the water tested from laboratory approved by the
Engineer-in-charge at regular interval as per the CPWD Specifications 2019. All
expenses towards collection of samples, packing, transportation and testing
charges etc. shall be borne by the contractor. The contractor shall obtain
environmental and pollution clearance for the diesel generators. Nothing extra
shall be paid on this account.

1.11.2 The 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 contractor for executing the work. Also all the water
required for testing various electrical installations, fire pumps, wet riser /
firefighting equipment, fire 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 contractor at his
own cost. Nothing extra shall be payable on this account.

1.11.3 Arrangement of temporary telephone connection, water and electricity required


by Contractor, shall be made by him at his own cost and also necessary
permissions shall be obtained by him directly from concerned authorities, under
intimation to the Department. Also, all initial cost and running charges, and
security deposit, if any, in this regard shall be borne by him. The Contractor
shall abide by all the rules/ bye laws applicable in this regard and he shall be
solely responsible for any penalty on account of violation of any of the rules /
byelaws in this regard. Nothing extra shall be payable on this account.
PART B 68

1.11.4 The Contractor shall be responsible for maintenance and watch and ward of the
complete installation and water / electricity meter and shall also be responsible
for any pilferage, theft, damage, penalty etc. in this regard. The Contractor shall
indemnify the Department against any claim arising out of pilferage, theft,
damage, penalty etc. whatsoever on this account. Security deposit for the work
shall be released only after No Dues Certificates are obtained from the local
Authorities from whom temporary electric/ water / telephone connection have
been obtained by the Contractor. Nothing extra shall be payable on this
account.
1.11.5 The Department shall in no way be responsible for either any delay in getting
electric and/or water and/or telephone connections for carrying out the work or
not getting connections at all. No claim of delay or any other kind, whatsoever,
on this account shall be entertained from the Contractor. Also contingency
arrangement of stand-by water & electrical supply shall be made by the
Contractor commencement and smooth progress of the work so that work does
not suffer on account of power failure or disconnection or not getting connection
at all. No claim of any kind whatsoever shall be entertained on this account from
the Contractor. Nothing extra shall be payable on this account.
1.12 Architectural and structural Drawings:
1.12.1 Although concept architectural drawings are either uploaded in the web along
with NIT for reference to the bidder or made available in the office of the
Executive Engineer, CPWD, Tirupati, the main working & detailed architectural
drawings will be issued by the department in phased manner as per the
approved programme of contractor/progress of work and structural drawings
shall be submitted well in advance by the agency and get it approved well in
advance by the competent authority as per details given in Schedule ‘F’. It is
the duty of the contractor to intimate requirements of drawings reasonably
well in advance and no hindrance shall be allowed on this account.
1.12.2 The work shall be carried out in accordance with the Architectural drawings and
Structural drawings. Before the commencement of any item of work, the
contractor shall correlate all the relevant architectural and structural drawings
issued for the work, nomenclature of items, specifications etc. and satisfy
himself that the information available therefrom is complete and unambiguous.
The figures & the written dimensions of the drawing shall supersede the
measurement by scale. The discrepancy, if any, shall be brought to the notice of
the Engineer-in-Charge for immediate decision 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. The
delay caused on account of non-timely action by the contractor in resolution of
the differences whatsoever shall not be considered as valid ground for extension
of time unless otherwise accepted by the Engineer-In-Charge.
1.12.3 The information and site data shown in the drawings and mentioned herein and
also elsewhere in the tender documents are being furnished for general
information and guidance only. The department shall not bear responsibility for
lack of such knowledge and also the consequences thereof. The Engineer-in-
charge in no case shall be held responsible for the accuracy thereof or any
interpretation/ or conclusions drawn there from by the contractor.
PART B 69

1.13 Scaffolding & Staging:


1.13.1 Wherever required for the execution of work, all the scaffolding shall be
provided and suitably fixed, by the contractor. The scaffolding shall be provided
strictly with steel double scaffolding system, suitably braced for stability, with
all the accessories, gangways, etc. with adjustable suitable working platforms to
access the areas with ease for working and inspection. Single scaffolding system
is strictly prohibited and shall invite necessary action. It shall be designed to
take all incidental loads. It should cater to the safety features for workmen.
Nothing extra shall be payable on this account. It shall be ensured that no
damage is caused to any structure due to the scaffolding.
1.13.2 The contractor should submit the shop drawings of staging and shuttering for
approval of Engineer-in-Charge before actually commencing the execution of
work under the item. Nothing extra shall be payable on this account.
1.13.3 Contractor shall make necessary arrangements required for staging/scaffolding
for execution of OHT with independent staging of about 30m to 35m height
including designing of staging where ever required and getting it proof checked
by Govt. institute to ensure safety during construction. Nothing extra shall be
payable for staging or its design / proof checking other than those provisions
taken in B.O.Q.
1.14 Co-ordination with other agencies:
1.14.1 The Contractor shall conduct his work so as not to interfere with or hinder the
progress of the work being performed by other Contractors or by the Engineer-
in-Charge. As far as possible, he shall arrange his work and place, so as not to
interfere with the operations of other Contractors or shall arrange his work with
that of the others, in an acceptable and coordinated manner and shall perform it
in proper sequence.
1.14.2 Other agencies may also simultaneously execute and install the works 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 available as specified elsewhere in the contract) and the contractor
shall fix the same at the time of casting of concrete, stone work and brick work,
if required, and nothing extra shall be payable on this account.
1.14.3 The Contractor shall cooperate with and provide the facilities to the associate-
Contractors and other agencies working at site for smooth execution of the
work. The Contractor shall –
(i) Allow use of scaffolding already erected, toilets, sheds etc.
(ii) Properly co-ordinate their work with the work of other Contractors.
(iii) Provide control lines and benchmarks to his associate-Contractors and the
other Contractors.
(iv) Provide electricity and water at mutually agreed rates.
(v) Provide hoist and crane facilities for lifting material at mutually agreed
rates.
PART B 70

(vi) Co-ordinate with other Contractors for leaving inserts, making chases,
alignment of services etc. at site.
(vii) Adjust work schedule and site activities in consultation with the Engineer-
in-Charge and other Contractors to suit the overall schedule completion.
(viii) Resolve the disputes with other Contractor amicably and the Engineer-in-
Charge shall not be made intermediary or arbitrator. The department
shall not be responsible for the disputes between the subject work
contractor and associate contractor / other agencies working at site. No
claim shall be allowed by the department.
1.15 Procurement of materials:
1.15.1 All material shall only be brought at site as per program finalized with the
Engineer-in-Charge. Any pre-delivery of the material not required for
immediate consumption shall not be accepted and thus not paid for.
1.15.2 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.
1.16 Protection of Existing Services & buildings and Materials:
1.16.1 Existing drains, pipes, cables, over-head wires, sewer lines, water lines and
similar services encountered in the course of the execution of work shall be
protected against the damage by the contractor at his own expense. 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. In case temporary
supporting of such services is required to facilitate the work, the same shall be
done by the contractor at no extra cost.
1.16.2 In case the existing services are to be shifted permanently, then before
dismantling the existing services, alternate/diversion of service lines has to be
laid by the contractor so that there is no interruption in use of existing services.
The contractor has to plan the alternate suitable route for diversion/shifting of
service lines and get the same approved from the Engineer-in-Charge before
starting shifting of services. Nothing extra shall be paid except the payment of
dismantling and laying of new service lines as per conditions of contract.
1.16.3 All fossils, coins, articles of value of antiquity, structures and other remains or
things of geological or archaeological interest discovered on project location
during excavation/construction shall be the property of the Government, and
shall be dealt with as per provisions of the relevant legislation. The contractor
will take reasonable precaution to prevent his workmen or any other persons
from removing and damaging any such article or thing. He will, immediately
upon discovery thereof and before removal acquaint the Engineer-in-charge of
such discovery and carry out the official instructions of Engineer-in-charge for
dealing with the same, till then all work shall be carried out in a way so as not to
disturb/ damage such article or thing.
1.16.4 The contractor shall be responsible for the watch and ward / guard of the
buildings, safety of all fittings and fixtures including sanitary and water supply
fittings and fixtures provided by him against pilferage and breakage during the
PART B 71

period of installations and thereafter till the building is physically handed over
to the client department. No extra payment shall be made on this account.
1.16.5 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 key system.
1.17 Rates and other conditions for payment:
The rates quoted by the Contractor are deemed to be inclusive of the following-
1.17.1 Site clearance, setting out work, profile, establishment of reference bench
mark(s), taking spot levels, construction of all safety and protection devices,
barriers, barricading, signage, labour safety, welfare & training measures,
preparatory works, working during monsoon, working at all depths, height,
lead, lift and location etc. until / unless specified otherwise, implementation of
green building norms to achieve desired GRIHA ( 3 star) Rating etc. and any
other incidental works required to complete this work. Nothing extra shall be
payable on this account. Payment for centering & shuttering, however, if
required to be done for floor heights greater than 3.50m shall be admissible at
rates arrived in accordance with clause 12 of the agreement if not already
specified.
1.17.2 For works below ground level the contractor shall keep that area free from
water. If dewatering or bailing out of water is required the contractor shall do it
and nothing extra shall be paid except otherwise provided in the items of
schedule of quantities.
1.17.3 Any legal or financial implications resulting out of disposal of earth shall be sole
responsibility of the contractor. Nothing extra over the schedule shall be paid on
this account.
1.17.4 All labour, material, tools and plants and other inputs involved in the execution
of the item.
1.17.5 Providing sunk flooring in bath-rooms, kitchen, etc.
1.17.6 Performance test of the entire installation(s) before the work is finally accepted.
1.17.7 Any cement slurry added over base surface (or) for continuation of concreting
for better bond is deemed to have been built in the items.
1.17.8 The rates quoted by the tenderer, shall be inclusive of all taxes including GST
and levies applicable in respect of this contract shall be payable by the contractor
and Government will not entertain any claim whatsoever in respect of the same.
1.17.9 For completing the work in time, the Contractor might be required to work in
two or more shifts (including night shifts). No claim whatsoever shall be
entertained on this account, not with-standing the fact that the Contractor may
have to pay extra amounts for any reason, to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the
labour and other statutory bodies regulations and the agreement entered upon
by the Contractor with them.
1.17.10 The Contractor shall keep himself fully informed of all acts and laws of the
Central & State Governments, all orders, decrees of statutory bodies, tribunals
PART B 72

having any jurisdiction or authority, which in any manner may affect those
engaged or employed and anything related to carrying out the work. All the
rules & regulations and bye-laws laid down by Collector / MC etc. and any
other statutory bodies shall be adhered to, by the contractor, during the
execution of work. The Contractor shall also adhere to all traffic restrictions
notified by the local authorities. It is clarified that the extra sewerage charges
(one time charges for commencement of work) required to be paid to the
Municipal Corporation / other statutory bodies shall be paid by the department
and need not be considered by the contractor. The water charges (for municipal
water connection as well as tanker water) shall be borne by the contractor. Also,
if the contractor obtains water connection for the drinking purposes from the
municipal authorities or any other statutory body, the consequent sewerage
charges shall be borne by the contractor. All statutory taxes, levies, charges
(including GST, water and sewerage charges, charges for temporary service
connections and / or any other charges) payable to such authorities for carrying
out the work, shall be borne by the Contractor. The Contractor shall arrange to
give all notices as required by any statutory / regulatory authority and obtain
all requisite licenses wherever required and shall pay to such authority all the
fees that are required to be paid for the execution of work. He shall protect and
indemnify the Department and its officials & employees against any claim and
/or liability arising out of violations of any such laws, ordinances, orders,
decrees, by himself or by his employees or his authorized representatives.
Nothing extra shall be payable on these accounts. The fee payable to statutory
authorities for obtaining the various permanent service connections and
Occupancy Certificate for the building shall be borne by the Department.
1.17.11 Royalty at the prevalent rates including contribution towards Mineral
Exploration Research and Innovation Trust (MERIT) @ 2% on Seigniorage fee
and District Mineral Foundation (DMF) @ 30% of Royalty / Seigniorage fee shall
have to be paid by the contractor (Rates of Seigniorage fee enclosed in the
document is for guidance only and no claims shall be entertained on account of
this) on all the boulders, stone aggregate, brick aggregate, shingle, coarse or fine
sand, earth, gravel, bajri etc. collected by him for the execution of the work,
directly to the Revenue Authority or authorized agent of the State Government
concerned or Central Government.
Royalty at the prevalent rates including contribution towards Mineral
Exploration Research and Innovation Trust (MERIT) @ 2% on Seigniorage fee
and District Mineral Foundation (DMF) @ 30% of royalty / Seigniorage fee shall
be paid by the contractor or the RMC supplier as per the terms of supply
between them, on all materials such as stone aggregate, coarse or fine sand etc.
collected by him for the execution of the work, directly to the revenue authority
of the State Government concerned. 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.
However, if the contractor fails to submit the proof of payment of royalty /
seigniorage fee and other contributions to MERIT & DMF as stated above, the
same will be recovered from the bills payable without any further notice.
1.17.12 All ancillary and incidental facilities required for execution of work like labour
camp, stores, fabrication yard, offices for Contractor, watch and ward,
temporary ramp required to be made for working at the basement level,
PART B 73

temporary structure for plants and machineries, water storage tanks, installation
and consumption charges of temporary electricity, telephone, water etc.
required for execution of the work, liaison and pursuing for obtaining various
No Objection Certificates, completion certificates from local bodies etc.,
protection works, barricading, testing facilities / laboratory at site of work,
facilities for all field tests and for taking samples etc. during execution or any
other activity which is necessary (for execution of work and as directed by
Engineer-in-Charge), shall be deemed to be included in rates quoted by the
Contractor, for various items in the schedule of quantities. Nothing extra shall
be payable on these accounts. Before start of the work, the Contractor shall
submit to the Engineer-in-Charge, a site / construction yard layout, specifying
areas for construction, site office, positioning of machinery, material yard,
cement and other storage, steel fabrication yard, site laboratory, water tank, etc.
1.17.13 The Contractor shall assume all liability, financial or otherwise in connection
with this contract and shall protect and indemnify the Department from any and
all damages and claims that may arise on any account. The Contractor shall
indemnify the Department against all claims in respect of patent rights,
royalties, design, trademarks of name or other protected rights, damages to
adjacent buildings, roads or members of public, in course of execution of work
or any other reasons whatsoever, and shall himself defend all actions arising
from such claims and shall indemnify the Department in all respect from such
actions, costs and expenses. Nothing extra shall be payable on this account.
1.17.14 The Contractor shall make all necessary arrangements for protecting from rain
or likewise extreme weather conditions, the work already executed and for
carrying out the further work, during monsoon including providing and fixing
temporary shelters, protections etc. Nothing extra shall be payable on this
account. Also, no claims for hindrance shall be entertained on this account.
1.17.15In case of flooding of site on account of rain or any other cause and any
consequent damage, whatsoever, no claim financially or otherwise shall be
entertained not withstanding any other provisions elsewhere in the contract
agreement. Also, the Contractor shall make good, at his own cost, the damages
caused, if any. Further, no claims for hindrance shall be entertained on this
account.
1.17.16No payment shall be made for any damage caused by fire, rain, snowfall, flood
or any other natural calamity, whatsoever during the execution of the work. The
contractor shall be fully responsible for any damage to the govt. property and
the work for which payment has been advanced to him under the contract and
he shall make good the same at his risk and cost. The contractor shall be fully
responsible for safety and security of his material, T&P/Machinery brought to
the site by him. The contractor shall maintain all the work in good condition at
his own cost till the completion of the entire work.
1.17.17In case the same item appears more than once in the schedule of work under the
same sub head or among the different sub heads of works, the lowest rate
quoted for that item shall be taken for other items also and tender will be
evaluated accordingly.
1.17.18 The ESI and EPF contribution on the part of employer in respect of this contract
shall be paid by the contractor. These contributions on the part of employer paid
PART B 74

by the contractor shall be reimbursed by the Engineer in charge to the contractor


on actual basis. The applicable and eligible amount of EPF& ESI shall be
reimbursed preferably within 7 days but not later than 30 days of submission of
documentary proof of payment which are in order.
1.18 Foreign Exchange:
1.18.1 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 if 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.
1.181.2 The contractors have to quote the corresponding imported items in “Indian
Rupees” in the Schedule of Quantities which shall include all incidental charges
including freight, taxes including GST, import duties, fluctuations in currency
rates. No extra payment will be made over and above the quoted rates.
1.19 Tools & Plant:
1.19.1 No tools and plants including any special T&P etc. shall be supplied by the
Department and the Contractor shall have to make his own arrangements at his
own cost. No claim of hindrance (or any other claim) shall be entertained on this
account.
1.20 As Built & Service Drawings:
1.20.1 The contractor shall submit as built architectural drawings and also completion
plan of services (4 sets) as required vide General Specifications for Electrical
works (Part-I internal) 2005 and (Part-II External) 1994 as applicable within
thirty days of the completion of the work.
In case, the contractor fails to submit the completion plans as aforesaid, he shall
be liable to pay a sum of 0.1 % of Tendered Value or Rs.50,000/- whichever is
more as may be fixed by the Chief Engineer concerned and in this respect the
decision of the Chief Engineer shall be final and binding on the contractor.
The contractor shall submit as built plans and also completion plan of services
for Internal and External Civil, Electrical and Mechanical Services within
thirty days of the completion of the work, provided that the service plans
having been issued for execution by the Engineer-in-Charge, unless the
contractor, by virtue of any other provision in the contract, is required to
prepare such plans.
1.21 Computerized MBs & SMBs:
1.21.1 The contractor shall make available four (04) sets of computerized Standard
Measurement Books (SMBs) having measurement of all the permanent standing
in a building.
1.21.2 The contractor will submit computerized bill with measurement sheet for the
work carried out by him for making payment as per Clause – ‘6’ of the CPWD
General Conditions of Contract 2023 for Construction Works (with correction
slips upto the last date of submission of tender). For casting of RCC members
and other hidden items the corrected and duly test checked measurement sheets
of reinforcement or that of other hidden items shall be deposited with Engineer
in charge or his authorized representative, before casting of RCC or other
PART B 75

hidden items. The delay in submission of corrected and duly checked


measurement sheet may, therefore, delay casting of RCC or execution of hidden
item for which no hindrance shall be recorded.
1.21.3 Electronic measurement book is introduced. The contractor shall comply with
the same as per the direction of Engineer-in-charge.
1.22 Water Supply & Sanitary Installations & Testing:
1.22.1 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.
1.22.2 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.
2.0 SECRECY
2.1 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.
2.2 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.
2.3 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.
3.0 LABOUR AND SECURITY
3.1 In the event of the contractor(s) committing a default or breach of any of the
provisions of the Central Public Works Department, Contractor’s Labour
Regulations and Model Rules for the protection of health and sanitary
arrangements for the workers as amended from time to time or furnishing any
information or submitting or filing any statement under the provisions of the
above Regulations and’ Rules which is materially incorrect, he/they shall,
without prejudice to any other liability, pay to the Government a sum not
exceedingRs.500/- for every default, breach or furnishing, making, submitting,
filing such materially incorrect statements and in the event of the contractor(s)
defaulting continuously in this respect, the penalty may be enhanced to
Rs.1000/- per day for each day of default subject to a maximum of 5 per cent of
the estimated cost of the work put to tender. The decision of the Engineer-in-
Charge shall be final and binding on the parties.
No payment shall be made for construction of labour housing.
PART B 76

3.2 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.
3.3 No site is available for labour huts. The contractor shall have to have his own
arrangements for hiring land for setting up labour huts. The contractor will be
provided space for watchman huts, site office etc. to a very limited extent inside
the campus but the space requirement and location, as assessed by Engineer-in-
Charge shall be final and binding.
3.4 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 local bodies and nothing extra shall be
paid on this account.
3.5 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. 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.
3.6 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 bonafides
of such people.
3.7 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 (hereinafter referred to as
“Administrator”).
3.8 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.
3.9 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 &upto 7
AM, if the site conditions / circumstances so demand with prior written
permission from the “Administrator”. However, if the work is carried out in
more than one shift or at night, no claim on this account shall be entertained.
3.10 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 the
site of work shall be allowed during night hours unless specific permission is
obtained from the “Administrator”.
3.11 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
PART B 77

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.
3.12 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.
4.0 OFFICE INFRASTRUCTURE:
4.1 The Contractor shall construct / provide one site office at his own cost on the
construction site consisting of One (1) room including one (1) attached toilet
with total built up area not less than 30 Sqm for CPWD staff. The location and
plan shall be got approved from Engineer-in-Charge. Specification for the site
office shall be portable type and or any other specification as per approval of
Engineer-in-charge.
4.2. The required nos. of light points (including plug points) with fittings, ceiling
fan/ exhaust fans, Furniture etc., shall have to be provided as per requirement
of Engineer in charge during the period of construction. Maintenance of the site
office will be responsibility of the contractor
4.3 For Quality Control Measures, Preparation of Bills and Monitoring the Quality,
the contractor shall provide one Computer having Intel core i7 processor, MS-
Windows-11, A-4 LaserJet Printers, Scanners, UPS etc. with data entry operator
in the site office of Engineer-in-Charge.
4.4 The contractor shall make arrangement for Helmets and leather shoes (meant of
construction work at sites) for all field staff of the department during the entire
period of construction for safety reasons. One helmet and two pairs of shoes per
staff member (maximum twelve members) of the departments per year shall be
arranged by the contractor.
5.0 DOCUMENTATION
The Contractor shall render all help and assistance in documenting the total
sequences of this project by way of photography, slides, audio / video recording
& other records etc. Nothing extra shall be payable to Contractor on this
account. However, cost of photographs, slides, audio / video graph etc. shall be
borne by the Department. The original films shall be the property of the
Department. No copy shall be prepared without the prior approval of the
Engineer- in – Charge.
6.0 PROGRESS CHART: -
6.1 The contractor shall submit a Time and Progress Chart for each mile stone. The
Engineer-in-charge may within 10 days thereafter, if required modify, and
communicate the program approved to the contractor failing which the
PART B 78

program submitted by the contractor shall be deemed to be approved by the


Engineer-in-charge. The work programme shall include all details of balance
drawings and decisions required to complete the contract with specific dates
by which these details are required by contractor without causing any delay in
execution of the work. The chart shall be prepared in direct relation to the time
stated in the Contract documents for completion of items of the works. It shall
indicate the forecast of the dates of commencement and completion of various
trades of sections of the work and may be amended as necessary by agreement
between the Engineer-in-charge and the Contractor within the limitations of
time imposed in the Contract documents, and further to ensure good progress
during the execution of the work, the contractor shall in all cases in which the
time allowed for any work, exceeds one month (save for special jobs for which a
separate programme has been agreed upon) complete the work as per mile
stones given in Schedule ‘F’.
6.2 In case of non-submission of construction programme by the contractor the
Program approved by the Engineer-in-charge shall be deemed to be final.
6.3 The approval by the Engineer-in-charge of such programme shall not relieve the
contractor of any of the obligations under the contract.
6.4 The contractor shall submit the Time and Progress Chart and progress report
using the mutually agreed software or in other format decided by Engineer-in-
charge for the work done during previous month to the Engineer-in-charge on
or before 5th day of each month failing which a recovery Rs. 5000/- shall be
made on per week or part basis in case of delay in submission of the monthly
progress report.
6.5 The program chart should include the following: -
a) Descriptive note explaining sequence of various activities.
b) BAR CHARTS prepared in mutually agreed software or in other format
decided by Engineer-in-charge which will indicate resources in financial
terms, manpower and specialized equipment for every important stage.
c) Program for procurement of materials by the contractor.
d) Program for arranging and deployment of manpower both skilled and
unskilled so as to achieve targeted progress.
e) Program of procurement of machinery / equipment having adequate
capacity, commensurate with the quantum of work to be done within the
stipulated period, by the contractor. In addition, to the above to achieve
the progress of work as per programme, the contractor must bring at site
adequate shuttering material required for cement concrete and RCC works
etc. The contractor shall submit shuttering schedule adequate to complete
the structure work within the laid down physical milestones.
f) Programme for achieving milestones.
6.6 The submission for approval by the Engineer-in-charge of such programme or
such particulars shall not relieve 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.
PART B 79

7.0 PROGRESS AND MONITORING OF WORK:


7.1 The progress report shall contain the following, apart from whatever else may
be required as specified: -
(i) Construction schedule of the various components of the work through a
bar chart for the next three months (or as may be specified), showing the
micro milestones, targeted tasks and up to date progress. At least 10
digital photographs showing all the parts of construction site along with at
least 5 minutes video of executions of different items in soft copy has to be
submitted in every monthly progress report.
(ii) Progress chart of the various components of the work that are planned and
achieved, for the month as well as cumulative up to the month, with
reason for deviations, if any in a tabular format.
(iii) Plant and machinery statement, indicating those deployed in the work.
(iv) Man-power statement, indicating individually the names of all the staff
deployed on the work, along with their designations. Number of skilled
workers and unskilled workers deployed on the work and their location of
deployment.
(v) Financial statement, indicating the broad details of all the running account
payment received up to date, such as gross value of work done, advances
taken, recoveries effected, amount withheld, net payments details of
Cheque payment received, extra /substituted /deviations items if any, etc.
7.2 For completing the work in time, the Contractor might be required to work in
two or more shifts (including night shifts). No claim whatsoever shall be
entertained on this account, not with-standing the fact that the Contractor may
have to pay extra amounts for any reason, to the labourers and other staff
engaged directly or indirectly on the work according to the provisions of the
labour and other statutory bodies regulations and the agreement entered upon
by the Contractor with them.
7.3 The work should be planned in a systematic manner so that chase cuttings in the
walls, ceilings and floors is minimized. Wherever absolutely essential, the chase
shall be cut using chase cutting machines. Chases will not be allowed to be cut
using hammer / chisel. The electrical boxes should be fixed in walls
simultaneously while raising the brick work. The contractor shall ensure proper
co-ordination of various disciplines viz. building works, sanitary & water
supply & electrical installations etc.
7.4 The contractor shall conduct 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 of the materials being used or removed so as not to interfere
with the operations of other contractor 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 Engineer-in-charge.
7.5 The Contractor shall do proper sequencing of the various activities by suitably
staggering the activities within various pockets in the plot so as to achieve early
PART B 80

completion. The agency may deploy adequate equipment, machinery and labour
as required for the completion of the entire work within the stipulated period
specified. Also, ancillary facilities shall be provided commensurate with
requirement to complete the entire work within the stipulated period. Nothing
extra shall be payable on this account. Adequate number/sets of equipment in
working condition, along with adequate stand-by arrangements, shall be
deployed during entire construction period. It shall be ensured by the
Contractor that all the equipment, Tools & Plants, machineries etc. provided by
him are maintained in proper working conditions at all times during the
progress of the work and till the completion of the work. Further, all the
constructional tools, plants, equipment and machineries provided by the
Contractor, on site of work or his work shop for this work, shall be exclusively
intended for use in the construction of this work and they shall not be shifted /
removed from site without the permission of the Engineer-in-Charge.
7.6 All material shall only be brought at site as per program finalized with the
Engineer-in-Charge. Any pre-delivery of the material not required for
immediate consumption shall not be accepted and thus not paid for.
8.0 PROJECT REVIEW MEETINGS:
The contractor, immediately on award of work shall submit details of his key
personnel to be engaged for the work at site. In addition, he shall furnish the
Engineer-in-charge detailed organization involved with the work.
The contractor shall present the programme and status at various review
meetings as required.
Monthly Review Meetings: Shall be attended by Project - in - charge and the
Management Representative who can take independent decisions along with
CPWD, client’s representatives.
Agenda
a)Progress Status/Statistics.
b)Completion Outlook.
c)Major holdups/slippages.
d)Assistance required.
e)Critical issues.
f) Any decision on queries raised either by Contractor/PMC.
g) Anticipated cash flow requirement for next two months.
9.0 ENGAGING SPECIALISED AGENCIES FOR WORKS: -
9.1 The Contractor shall engage specialized agencies having adequate technical
capability and experience of having executed at least one work of similar items
for executing the following items of the work and/or any other items of work
where specialized firm is required to be engaged as per contract conditions.
As mentioned in Para 1.2 of CPWD-6 for e-Tendering in PART – A of this NIT
for Specialized works.
PART B 81

9.2 The Specialized agency for the work shall be got approved from the Engineer-
in-Charge well before actual commencement of the item of work. The
contractor shall submit the list of specialized agencies proposed to be engaged
by him along with their technical capability and necessary performance
certificates, within 30 days of the stipulated date of start to substantiate
technical capability and experience of the agency for prior approval of the
Engineer-in-Charge.
9.3 It shall be the responsibility of main contractor to sort out any dispute /
litigation with the Specialized Agencies without any time & cost overrun to the
Department. The main contractor shall be solely responsible for settling any
dispute / litigation arising out of his agreement with the Specialized Agencies.
The contractor shall ensure that the work shall not suffer on account of
litigation/ dispute between him and the specialized agencies / sub-
contractor(s). No claim of hindrance in the work shall be entertained from the
Contractor on this account. No extension of time shall be granted and no claim
what so ever, of any kind, shall be entertained from the Contractor on account of
delay attributable to the selection/rejection of the Specialized Agencies.
10.0 DEFECT LIABILITY PERIOD (REFUND OF SECURITY DEPOSIT):
10.1 The defect liability / maintenance period shall be 12 months after the date of
completion of work for this contract agreement. The Security Deposit shall be
released after the defect liability period of 12 months after completion of work
and for this, the contractor shall have to produce a certificate stating that no
defects are pending for rectification from the Engineer-in-charge, but subject to
other provisions specified elsewhere in the contract agreement.
11.0 SAFETY MEASURES
11.1 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:
(i) Creating awareness.
(ii) Education.
(iii) Training.
(iv) Implementation.
(v) Enforcement measures.
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.
11.2 The contractor shall issue Photo Identity Cards with unique numbers
containing salient information of workers for the labour& his staff.
11.3 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.
PART B 82

11.4 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.
11.5 Sign Boards
11.5.1 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,
architects, structural consultants, Department etc. besides providing space for
names of other Contractors, Associate contractors and specialized agencies.
Nothing extra shall be payable on this account.
11.5.2 A display board shall be kept at site which would list the names of workers,
teams and agencies following safety program in the best manner. This would be
updated weekly.
11.5.3 Necessary protective and safety equipments shall be provided to the Site
Engineer, Supervisory staff, labour and technical staff of the contractor by the
Contractor at his own cost and used at site.
11.5.4 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.
12.0 SPECIAL CONDITION FOR HARDWARE AND SANITARY WARES:
12.1 Engineer-in-Charge will take a decision regarding model numbers of equivalent
Door/window hard ware/ sanitary ware at the time of execution, in case the
material, from the manufacturer whose model number is mentioned, is not
available. However, in case, the equivalent model so approved, is cheaper than
the model already mentioned in item/approved makes list, the price adjustment
will be made based on the difference in market rate. In case, the rate of
subsequently approved model is more, no extra payment will be made on this
account.”
PART B 83

12.2 The following procedure should 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, 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.
13.0. INSPECTION OF WORKS:
13.1 In addition to the provisions of relevant clauses of the contract, the work shall
also be open to inspection by the Chief Engineer, CPWD, Vijayawada and other
senior officers of CPWD in addition of the Engineer-in-charge, his authorized
representatives, Authorities and Team of Third-Party Quality Assurance
engaged for the work. The contractor shall at times during the usual working
hours and at all times at which reasonable notices of the intention of the
Engineer-in-charge or other officers as stated above to visit the works shall have
been given to the contractor, either himself be present to receive the orders and
instructions or have a responsible representative duly accredited in writing, to
be present for that purpose.
13.2 The committee/consultant appointed by CPWD, shall be inspecting the works
including workshops and fabrication factory to ensure that the works in general
being executed according to the design, drawings and specifications laid down
in the contract. Their observations shall be communicated by CPWD
engineering staff and compliance is to be reported to CPWD. The
committee/consultant appointed by CPWD shall certify on completion of
particular building that it has been constructed according to the approved
drawings design and specifications.
13.3 Senior Officers of CPWD, Dignitaries from Central Ministry / Department, State
Government and Client Department Authorities shall be inspecting the on-going
work at site at any time with or without prior intimation. The contractor shall,
therefore, keep updated the following requirements and detailing: -
(i) Display Board showing detail of work, weekly progress achieved with
respect to targets, reason of shortfall, status of manpower, wages being
paid for different categories of workers.
(ii) Entrance and area surrounding to be kept cleaned.
(iii) Display layout plan key plan, building drawings including plans,
elevations and sections.
(iv) Up to date displays of programme chart (Bar charts).
(v) Keep details of quantities executed, balance quantities, deviations, possible
Extra item, substituted Item etc.
(vi) Keep plastic / cloth mounted one sets of building drawings.
(vii) Set of Helmets and safety shoes for safety.
PART B 84

14.0 INSURANCE POLICIES:


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 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.20 lakh for each accident or any other
incident or act of God or health hazard or Biological attack, 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.
15.0. APPLICABLE PERMITS:
15.1 The contractor(s) shall give to the Municipality, police and other authorities all
necessary notices etc. that may be required by law and obtain all requisite
licenses for temporary obstructions, enclosures etc. and pay all fee, taxes
including GST and charges which may be levied on account of these operations
in executing the contract. He shall make good any damage to the adjoining
property whether public or private and shall supply and maintain lights either
for illumination or for cautioning the public at night.
15.2 The contractor shall ensure that applicable permits mandated by the local bodies
and in case warranted for this work are obtained as required under the
Applicable Laws.
PART B 85

16.0 LOCAL BYE-LAWS:

16.1 The building work shall be carried out in the manner complying in all respects
with the requirements of relevant bye-laws of the local body under the
jurisdiction of which the work is to be executed or as directed by the Engineer-
in-Charge and nothing extra shall be paid on this account.

16.2 Some restrictions may be imposed by the local police etc. on the working time
and for movement of labour, materials etc. the contractor shall be bound to
follow all such restrictions/instructions and nothing extra shall be payable on
this account.

16.3 The contractor shall not stack building material/ malba on the road or on the
land owned by any other authority, as the case may be. In case, the Contractor
is found stacking the building material/ malba as stated above, he shall be liable
to pay the stacking charges as may be levied by local body or authority and also
to face penal action as per the rules, regulations and bye-laws of the said body or
authority. The Engineer-in-Charge shall be at liberty to recover the sums due but
not paid to the concerned authorities on the above counts from any sums due to
the contractor including amount of the Security Deposit or Retention Money in
respect of this contract or any other contract.

17.0 FINAL TESTING OF THE INSTALLATION:

The Contractor shall demonstrate trouble free functioning of all the Civil and E
& M installations and services. The Engineer-in-Charge or his authorized
representatives shall carry out final inspection of the various Civil and E & M
services and installations. Any defect(s) noticed during demonstration shall be
rectified by the Contractor at his own cost to the entire satisfaction of the
Engineer-in-Charge. Nothing extra shall be payable on this account.

18.0 LOCAL BODY APPROVALS/OCCUPATION CERTIFICATE:

i) Obtaining mandatory pre and post construction approvals from local


bodies / statutory authorities required for commencing the work
including occupancy certificate from the local bodies / authorities is lies
with contractor.

ii) The bidder has to include cost of services of engaging consultant(s) if


required towards obtaining mandatory pre and post construction
approvals from local bodies /authorities required for commencing the
work including occupancy certificate from the local bodies / authorities
and nothing extra shall be payable on this account. The statutory fee
required to be paid to authorities concerned shall be borne by the
Department but all other expenses towards obtaining the pre and post-
construction permissions shall rest with the contractor. The required
documents like drawings etc shall be supplied by the department.
PART B 86

iii) On Completion of Work, the Contractor shall get required post-


construction permissions from the Local body, Fire office and other
statutory authorities whose permission is required after completion of the
construction including completion/ occupancy certificate required for
completing the building in all respects to make it habitable and ready for
occupation and submit a copy of such approvals/certificates to the
Engineer in charge.

iv) It is the sole responsibility of the contractor to obtain occupancy


certificate and Fire clearance certificate from local bodies after completion
of work, falling to which the final payment will not be released.

19.0 De-watering

(i) De-watering required, if any, shall be done conforming to BIS Code IS:
9759 (guide lines for de-watering during construction) and / or as per the
specifications approved by the Engineer-in-Charge. Design of an
appropriate and suitable dewatering system shall be the Contractor’s
responsibility. Such scheme shall be modified / augmented as the work
proceeds based on fresh information discovered during the progress of
work, at no extra cost. At all times during the construction work, efficient
drainage of the site shall be carried out by the Contractor and especially
during the laying of plain cement concrete, taking levels etc. The
Contractor shall also ensure that there is no danger to the nearby
properties and installations on account of such lowering of water table. If
needed, suitable precautionary measures shall be taken by the Contractor.
Also the scheme of dewatering adopted shall have adequate built in
arrangement to serve as stand-bye to attend to repair of pumps etc. and
disruption of power / fuel supply. Nothing extra shall be payable for all
the operations described in this para.

(ii) In trenches where surface water is likely to get into cut / trench during
monsoons, a ring bund of puddle clay or by any other means shall be
formed outside, to the required height, and maintained by the Contractor.
Also, suitable steps shall be taken by the Contractor to prevent back flow
of pumped water into the trench. Nothing extra shall be payable on this
account.
a. For works below ground level the contractor shall keep that area free
from water. If dewatering or bailing out of water is required the
contractor shall do the same at his own cost and nothing extra shall
be paid except otherwise provided in the items of Schedule of
Quantities.
b. The Contractor shall make all necessary arrangements for protecting
from rains, fog or likewise extreme weather conditions, the work
already executed and for carrying out further work, during monsoon
PART B 87

including providing and fixing temporary shelters, protections etc.


Nothing extra shall be payable on this account and also no claims for
hindrance shall be entertained on this account.
c. In case of flooding of site on account of rain or any other cause and
any consequent damage, whatsoever, no claim financially or
otherwise shall be entertained notwithstanding any other provisions
elsewhere in the contract agreement. Also, the Contractor shall make
good, at his own cost, the damages caused, if any. Further, no claims
for hindrance shall be entertained on this account.
d. The contractor will take reasonable precautions to prevent his
workman and employees from removing and damaging any flora
(plant/vegetation) from the project area.
20.0 ROAD

a. The contractor shall at his own expense and risk arrange land for
accommodation of labour, setting up of office, the storage of materials,
erection of temporary workshops, construction of approach roads to the
site of the work including land required for carrying out of all jobs
connected with the execution &completion of the work. However, the
departmental land, to the extent available may be allowed to be used for
the purpose free of rent without accepting any responsibility for the delay,
if any, on this account. The contractor shall have to abide by the
regulations of the authorities concerned and the directions of the Officer -
in-charge for the use of the land available at the site of work. If during
construction, it becomes necessary to remove or shift the stored materials
shed, workshop, access roads, etc., to facilitate execution of any other work
by any other agency, the contractor shall carry out the removal of shifting
as directed by the Officer – in – charge and no claim whatsoever, shall be
entertained on this account.

b. It shall be deemed that the contractor has satisfied himself as to the nature
and location of the work, transport facilities, availability of land for setting
up of camp, etc. the department will bear no responsibility for lack of such
knowledge & the consequences thereof.

c. The site is a rough terrain and it has no roads. It is the contractor’s


responsibility to construct an all-weather road to enable him to access
the site in all seasons for ensuring smooth progress of work to achieve
completion of work within Contract period. No Claim for EOT will be
entertained.
PART B 88

21.0 No surplus land is available with the department for allotting to Contractor to
set up Labour Campus. The Contractor should make his own arrangement for
hiring suitable piece of land for making Labour Campus as per CPWD Model
Rules for protection of health and sanitary arrangements which is forming
part of GCC-2023, CPWD Specifications and Special Conditions of NIT.

22.0 Sample Room and Sample Toilets:

The Contractor is required to complete one sample room and one sample toilet
with all finishes and services for the approval of Engineer-in-charge within 7
months from the date of start of work failing which a penalty of Rs. 5,000/- per
day will be levied on the contractor which is non-refundable.

23.0 The contractor shall prepare Architectural and 3D image of the building blocks
as per the 2D Elevation Drawing attached with tender documents. The
Consultant of the Contractor shall coordinate with Architect of CPWD,
Vijayawada for evaluating the 3D views and final 3D images shall be submitted
to Engineer-in-Charge within a period of 8 weeks from the date of award of
work for obtaining the approval of the Architect. The quoted rates of the
contractor are inclusive of the preparation of 3D images and nothing extra shall
be paid.

24.0 No land is available with the Department for setting up of Batch Mix Plant. The
work should be executed with Ready Mix Concrete (RMC). All columns shall
also be executed with RMC using Boomer Pump or crane supported bucket with
lever operated door for pouring concrete. Double handling of RMC, i.e. pouring
on a platform and lifting again with baskets to place in column boxes, is not
permissible.
PART B 89

ADDITIONAL CONDITIONS (Civil Component)


1.1 QUALITY ASSURANCE/TESTING OF MATERIALS: -
1.1.1 Water tanks, taps, sanitary, water supply & drainage pipes, fittings &
accessories should conform to bye-laws of local body/corporation, where
CPWD specifications are not available. 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 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.
1.1.2 With each Running Bill, the details of test carried out shall be submitted by the
contractor as per Performa given in the tender document.
1.1.3 Testing charges to be borne by Contractor.
Samples of materials required for testing shall be provided free of charge by the
contractor. The contractor shall provide at his own cost suitable weighing and
measuring arrangements at site for checking the weight / dimension as may be
necessary. All expenditure to be incurred for testing of samples i.e. packing,
sealing, transportation, loading, unloading etc., including testing charges
shall be borne by the Contractor.
1.1.4 The 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.
1.1.5 The 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 Contractor. The
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 Contractor.
1.1.6 Maintenance of Register of Tests: -
(i) All the registers of tests carried out a Construction Site or in outside laboratories
shall be maintained by the contractor which shall be issued to the contractor by
Engineer-in-Charge.
(ii) All Samples of materials including Cement Concrete Cubes shall be taken jointly
with Contractor by representative of the Engineer in Charge. All the assistance
shall be provided by the contractor. Cost of sample materials is to be borne by
the contractor and he shall be responsible for safe custody of samples to be
tested at site.
PART B 90

(iii) All the test in field lab setup at Construction Site shall be carried out by the
Engineering Staff deployed by the contractor which shall be 100% witnessed by
representative of the Engineer in Charge.
(iv) All the entries in the registers will be made by the designated Engineering Staff
of the contractor and same should be regularly reviewed by Engineer in Charge
or his representative.
(v) Contractor shall be responsible for safe custody of all the test registers.
1.1.7 Extensive testing of the materials used for construction is a pre-requisite for
attaining high quality of the work. This shall also require specialized tests,
physical, chemical, ultrasonic, x-ray and various other types of tests which
cannot possibly be carried out in a site laboratory. These tests also require
specialized personnel who regularly deal in such testing. Therefore the need
arises for carrying out the tests in outside laboratories. These laboratories may
be in the Govt. sector, Semi Govt. or Private sector. All Govt. Institutes, Indian
Institute of Technology, National Institute of Technology, Central and State
funded laboratories stands approved. No approval is required for testing in
these laboratories/institutes. However, the outside private laboratories shall be
approved in the following manner: -
1. The SDGs/ADGs will approve the private lab irrespective of distance for tests
accredited by NABL or any other similarly placed accrediting government body
which operates in accordance with ISO/IEC 17011 and acridities labs as per
ISO/IEC 17025.
2. A lab will have to submit details of space available, equipment, staff (Technical
and Non-Technical), accreditation and approval from various
department/institutes. Lab must be NABL approved.
3. Initial approval of lab should for one year and can be revalidated for further one
year and so on.
4. Every lab will be audited for maintenance and calibration of equipment and
employment of staff prior to approval/revalidation.
However, testing of material in any Govt., Lab / Public Undertaking Lab / IIT
or NIT Lab / Govt. Engineering College may be allowed by Executive Engineer
without prior approval of Chief Engineer, Vijayawada or higher officers
provided these labs have all necessary facility to carry out the required tests.
1.1.8 Ultrasonic pulse velocity test shall be conducted on at least 5% of the total
number of RCC members in each category i.e., beam, column, slab and footing
for ensuring quality of concrete as per directions of Engineer- in charge. The
cost of the same shall be borne by the contractor.
1.1.9 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.
PART B 91

1.1.10. The 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 & 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 contractor
at his own risk & cost.
1.1.11 In addition to the supervision of work by CPWD engineers, the Architects
deployed by the Client/CPWD, CPWD Quality Control/ Assurance Team and
Third party Quality Control/ Assurance Team 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 engineers to the 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 wooden 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 brick masonry, proper compaction of
filled up earth etc. to achieve an Institution of International standards and up
keeping of quality assurance shall be of paramount importance, as such.
1.1.12 The Contractor shall submit, within 15 days after the date of award of work, a
detailed and complete method statement for the execution, testing and Quality
Assurance, of such items of works, as directed by the Engineer-in-Charge. 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. However, keeping the Quality
Assurance in mind, the Contractor shall submit, on request from the Engineer-
in-Charge, his own Quality Assurance procedures for basic materials and such
items, to be followed during the execution of the work, for approval of the
Engineer-in-Charge.
1.2 FIELD LABORATORY
The contractor has to establish within 21 days from the award of work a field
laboratory at site including all necessary equipments and skilled manpower for
the Field Tests as indicated in the tender document at his own cost to have
proper quality control.Rs.5,000/-per day shall be recovered from the contractor
for any delay beyond the specified period. If contractor fails to establish lab
within additional period of 15 days, the Engineer in charge shall initiate action
as deemed fit under relevant clauses of the agreement.
For performing the above tests, the Field Testing Equipments and Instruments
as indicated in the tender document are to be arranged and maintained by the
contractor at his own cost.
PART B 92

1.2.1 The 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 & contractor shall be bound to
replace / remove such sub-standard / defective work immediately.
1.2.2 The list of Laboratory/ Field equipment referred above is to be arranged and
maintained by the contractor at the site of work. In case the equipment required
for any test is not available at site, the department shall get the test conducted
from the third party. However, in that event, besides providing free materials of
sample, the cost of taking of sample, packing, transportation, testing charges etc.
shall be borne by the contractor irrespective of the results.
1.3 SAMPLE OF MATERIALS: -
1.3.1 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 List of Approved Makes given in the tender
document for approval of Engineer-in-Charge. For all other items, ISI Marked
materials and fittings 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
conforming to relevant Specifications or IS codes for the approval of Engineer-
in-Charge.
1.3.2 The 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 Contractor. No claim, whatsoever, of any kind shall be
entertained from the 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.
1.3.3 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. 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.
PART B 93

1.3.4 BIS marked materials except otherwise specified shall also be subjected to
quality test 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, 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 relevant to the material and / or the work done.
BIS marked items (except cement & steel for which separate provisions have
been made) required on the work shall be got tested, for only important tests,
which govern the quality of the product, as decided by the Engineer-in-Charge.
The frequency of such tests (except the mandatory test) shall be 5% of the
frequency as specified in BIS. For mandatory test, frequency shall be as
specified in the CPWD Specifications.
1.3.5 For certain items, if frequency of tests is neither mentioned in the CPWD
Specifications nor BIS, then tests shall be carried out as per directions of
Engineer-in-Charge.
2.0 CEMENT & STEEL REINFORCEMENT
2.1 Contractor has to procure Cement and Steel and has to produce manufacturers
test certificate and challan for each lot of Cement & Steel Reinforcement
procured at site.
2.2 CEMENT: -
2.2.1 The contractor shall procure 43 grade ordinary Portland Cement (OPC)
conforming to IS: 269 / Portland Pozzolana Cement (PPC) conforming to IS:
1489 (Part-1) as required in the work as per specifications/particular
specifications of buildings from reputed manufacturers of cement as mentioned
in “List showing preferred brands / Manufacturers / Makes” 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, Vijayawada.
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. Portland Pozzolana Cement is to be used
for RCC works only subject to fulfillment of conditions of circular No. CDO/SE
(RR)/Fly ash (MAN) 02 dated 09.04.09. However, if the contractor uses higher
grade of cement or uses OPC only nothing extra shall be paid. The use of PPC
shall be regulated as per the following conditions stipulated in the circular dated
09.04.2009: -
Note: For STP Works, Sulphate-Resistant Cement shall be used and for the
remaining works, OPC/PPC can be used. (The agency must quote the rates
accordingly; no additional claims shall be admissible in this regard).

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


amended up to 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
PART B 94

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 M-30 grade of concrete shall be used in all structural elements
of RCC, both in load bearing and framed structure.
c. The mechanical properties such as modulus of elasticity, tensile strength,
creep and shrinkage of fly ash mixed concrete or concrete using fly ash
blended cements (PPCs) are not likely to be significantly different and
their values are to be taken same as those used for concrete made with
OPC.
d. To control higher rate of carbonation in early ages of concrete both in fly
ash admixed as well as PPC based concrete, water/binder ratio shall be
kept as low as possible, which shall be closely monitored during concrete
manufacture.
If necessitated due to low water / binder ratio, required workability shall
be achieved by use of Chloride free chemical admixtures conforming to
IS : 9103. The compatibility of chemical admixtures and super plasticizers
with each set of OPC, fly ash and / or PPC received from different
sources shall be ensured by trails.
e. In environment subjected to aggressive chloride or sulphate attack in
particular, use of fly ash admixed or PPC based concrete is
recommended. In case, where structural concrete is exposed to excessive
magnesium sulphate, fly ash substitution/content shall be limited to 18%
by weight. Special type of cement with low C3A content may also be
alternatively used. Durability criteria like minimum binder content and
maximum water/binder ratio also need to be given due consideration in
such environment.
f. Wet curing period shall be enhanced to a minimum of 10 days or its
equivalent. In hot & arid regions, the minimum curing period shall be 14
days or its equivalent.
g. Subject to General Guidelines detailed out as above, PPC manufactured
conforming to IS:1489 (Part-I) shall be treated at par with OPC for
manufacture of Design Mix Concrete for structural use in RCC.
h. Till the time, BIS makes it mandatory to print the %age of fly ash on each
bag of cement, the certificate from the PPC manufacturer indicating the
same shall be insisted upon before allowing use of such cements in
works.
i. While using PPC for structural concrete work, no further admixing of fly
PART B 95

ash shall be permitted.

2.2.2 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. The
cement for such testing purpose shall be supplied by the contractor free of
charge. 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 or his authorized
representative to do so. The cost of tests shall be borne by the contractor.
2.2.3 Cement shall be brought at site in bulk supply of approximately 200 tones or as
decided by the Engineer-in-Charge.
2.2.4 OPC & PPC bags shall be stored in separate godowns. Separate godowns for
tested cement and fresh cement (under testing) to be constructed by the
contractor at his own cost as per sketches given in C.P.W.D Specifications
having weather-proof roofs and walls. The size of the cement godown is
indicated in the sketches for guidance. The actual size of godown shall be as per
site requirements and nothing extra shall be paid for the same. Each godown
shall be provided with a single door with two locks. The keys of one lock shall
remain with Engineer-in-Charge or his authorized representative 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 proforma
and signed daily by the contractor or his authorized agent and Engineer-in-
Charge or his authorized representative in token of its correctness. The day to
day receipt and issue accounts of different grade/brand of cement shall be
maintained separately in the standard proforma by the contractor or his
authorized representative which shall be duly signed by the authorized
representative of the Engineer-in-Charge before issue to the work on day to day
basis.
Required number of cement godowns each having capacity as decided by the
Engineer-in-Charge shall be constructed by the contractor at site of work for
which no extra payment shall be made. The contractor shall be responsible for
the watch and ward and safety of the cement go-downs. The contractor shall
facilitate the inspection of the cement go-downs by the Engineer-in-Charge at
any time.
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 mentioned below: -
a. At least weekly or fortnightly, respectively in case of works located at the
headquarters of AE/EE and.
b. Whenever they visit the site of work in case of works located outside the
Sub- Divisional/Divisional Head Quarters.
PART B 96

c. In the case of large concentrated projects like major bridges etc., the EE
should check the cement register at least fortnightly.
2.2.5 The actual issue and consumption of cement on work shall be regulated and
proper accounts maintained as provided in the contract. The theoretical
consumption of cement shall be worked out as per the procedure prescribed in
Clause-38 of the contract and shall be governed by the conditions laid therein.
2.2.6 If the quantity of cement actually used in the work is found to be more than the
theoretical quantity of cement including authorized variation, nothing extra
shall be payable to the contractor on this account. In the event of it being
discovered that after the completion of the work, the quantity of cement used is
less than the quantity ascertained as herein before provided (allowing variation
on the minus side as stipulated in Clause - 38), the cost of quantity of cement not
so used shall be recovered from the contractor as specified in schedule. Decision
of the Engineer-in-Charge in regard to theoretical quantity of cement which
should have been actually used as per the schedule and recovered at the rate
specified, shall be final and binding on the contractor.
For non-scheduled items, the decision of the Chief Engineer regarding
theoretical quantity of the cement, which should have been actually used, shall
be final and binding on the contractor.
2.2.7 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.
2.2.8 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.
2.2.9 In case the contractor brings surplus quantity of cement the same shall be
removed from the site after completion of work by the contractor at his own cost
after approval of the Engineer-in-Charge.
2.2.10 In case cement has been stored for over six (06) months from the date of
manufacture or for any reason the stored cement shown sign of deterioration
and contamination it shall be tested prior to use in the work.
The sample shall be taken within three weeks of the delivery and all the tests
shall be commenced within one week of sampling and not later than 03 months
from the receipt of sample for testing.
After completion of previous test if cement is stored more than 03 months, it
shall be retested before use.
2.2.11 Compressive Strength of Cement
The average compressive strength of at least three mortar cubes (area of face 50
cm2) composed of one part of cement, three parts of standard sand (conforming
to IS 650:1996) by mass and P/4+3.0 percent (of combined mass of cement plus
PART B 97

sand) water, and prepared, stored and tested in the manner described in IS 4031
(Part 6): 1988, shall be as follows:
a) 72±1 hour not less than 23 MPa
b) 168±2 hour not less than 33 MPa
c) 672±4 hour not less than 43 MPa
NOTE: - P is the percentage of water required to produce a paste of standard
consistency (see as below)
Compressive strength of PPC
a) 72±1 hours, not less than 16 MPa
b) 168±2 hours, not less than 22 MPa
c) 672±4 hours, not less than 33 MPa
Consistency of Standard Paste: -
The quantity of water required to produce a paste of standard consistency, to be
used for the determination of the water content mortar for the compressive
strength tests and for the determination of soundness and setting time, shall be
obtained by the method described in IS 4031 (part 4) : 1988.
2.3 STEEL REINFORCEMENT: -
2.3.1 (a) The Contractor shall procure ISI-marked TMT bars of various grades from
the approved steel manufacturers as per the list of approved makes forming
part of this document or their authorized dealers having valid BIS license for IS:
1786-2008 and further confirming to the OM No. CSQ/SE (TAS)/steel/2024/262
(H), dated 14.08.2024.
The Agency has to be procured the Bar Set – I steel bars of having
the following qualities:
PART B 98
PART B 99
PART B 100
PART B 101
PART B 102
PART B 103

i. Excellent ductility, bendability and elongation of the 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 the finished product.
2.3.2 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.
2.3.3 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 on written orders from the
Engineer-in-charge to do so. Else the department shall remove it and recover
double the cost of removal from the contractor.
2.3.4 The steel reinforcement bars shall be brought to the site in bulk supply of
10tonnesor more, or as decided by the Engineer-in-charge.
2.3.5 The steel reinforcement bars shall be stored by the contractor at site of work in
such a way as to prevent their 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.
2.3.6 For checking nominal mass, tensile strength, bend test, re-bend test etc.
specimens of sufficient length shall be cut from each size of the bar at random,
and at frequency not less than that specified below:
For consignment below For consignment above
Size of bar
100tonnes 100tonnes
Under 10mm One sample for each One sample for each 40tonnes
dia bars 25tonnes or par thereof. or part thereof.
10mm to One sample for each One sample for each 50tonnes
16mm dia bars 45tonnes or part thereof. or part thereof.
Over 16mm One sample for each One sample for each 75tonnes
dia bars 50tonnes or part thereof. or part thereof.
2.3.7 The contractor shall supply free of charge the steel required for testing including
its transportation to testing laboratories. The cost of tests shall be borne by the
contractor.
2.3.8 The actual issue and consumption of steel on work shall be regulated and
proper accounts shall be maintained as provided in clause 10 of the contract.
The theoretical consumption of steel shall be worked out as per procedure
prescribed in clause 38 of the contract and shall be governed by conditions laid
therein. In case the consumption is less than theoretical consumption including
permissible variations leading to under designing of the structure, the work
shall be summarily rejected, otherwise recovery at the rate so prescribed shall be
made after ensuring structural soundness and stability.. In case of excess
consumption, no adjustment needs to be made.
PART B 104

2.3.9 The steel brought to site and the steel remaining unused shall not be removed
from site without the written permission of the Engineer-in-charge.
2.3.10 The contractor shall submit original vouchers from the manufacturer for the
total quantity of steel supplied under each consignment to be incorporated 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.
2.3.11 Reinforcement including authorized spacer bars and laps shall be measured in
length of different diameters as actually (not more than as specified in the
drawings) used in the work nearest to a centimeter. Wastage and unauthorized
overlaps shall not be measured.
2.3.12 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.
2.3.13 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.
2.3.14 (a) If the Derived Weight as in sub-para (2.3.13) above is less than the Standard
Weight as in Sub-para (2.3.12) 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
Nominal Size in mm Tolerance on Nominal mass Percent
Batch Individual Individual
Sample* sample for coil**
Up to and including 10 +7 -8 +8
a) Over 10 up to and
Including 16 +5 -6 +6
b) Over 16 +3 -4 +4
* For individual sample plus tolerance is not specified.
**For coils batch tolerance is not specified.
PART B 105

c) If the Derived Actual Weight is found more than the Standard Weight, the
Standard Weight as per in sub-para (2.3.12) 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.
2.4 SAFETY IN CONSTRUCTION
2.4.1 The contractor shall employ only such methods of construction, tools and plants
as are appropriate.
2.4.2 The contractor shall take all precautions and measures to ensure safety of works
and work man and shall be fully responsible for the same.
2.4.3 Safety pertaining to construction such as centering & shuttering, scaffolds,
ladders, working platforms, gangway etc. shall be governed by CPWD safety
code, relevant safety codes and the directions of Engineer in charge.
2.4.4 All the staging to be either of tubular steel structure with adequate bracings as
approved or made of built-up structural sections made from rolled structural
steel sections.
2.4.5 Form work shall be properly designed for self-weight, weight of reinforcement,
weight of fresh concrete and in addition the various live loads likely to be
imposed during construction process.
2.4.6 The form work shall be designed & constructed so as to remain sufficiently rigid
during placing & compaction of concrete & shall be such as to prevent loss of
slurry from the concrete.
2.4.7 The vertical supports shall be adequately braced or otherwise secured in
position that these do not fall when the load gets released or the supports are
accidentally hit.
2.4.8 A thorough inspection of tubular steel centering is necessary before its erection
and members showing evidence of excessive rusting, kinks, dents or damaged
welds shall be discarded. Buckled or broken members shall be replaced. Care
shall also be taken those locking devices are in good working order and that
coupling pins are effectively aligned to frames. Tubes should have end to end
joints in adjacent tubes staggered. Sleeve couplers should be used in preference
to joint pins for axial connections.
2.4.9 Inclined forms which give rise to very high horizontal forces should be taken
care of by trussing and diagonal bracing
2.4.10 Vertical members should be placed centrally under the members to be
supported and over the member supporting them with no eccentricity exceeding
25mm
2.4.11 The centering frames shall be tied together with sufficient braces to make a rigid
and solid unit. It shall be ensured that struts and diagonal braces are in proper
position and are secured so that frames develop full load carrying capacity. As
erection progresses, all connecting devices shall be in place and shall be fastened
for full stability of joints and units.
2.4.12 Wedges under the supports shall be set on firm soil / PCC which assures
adequate stability for all props. Care shall be taken not to disturb the soil under
the supports. Adequate drainage shall be provided to drain away the water
PART B 106

coming due to rains, easing of forms or during the curing of the concrete to
avoid softening of the supporting soil strata.
2.4.13 During pouring of the concrete the centering shall be constantly inspected and
strengthened, if required wedges below the vertical supports tightened and
adjustment screws properly adjusted as necessary.
2.4.14 Only workmen actually engaged in the form work shall be allowed in the area
during operations. Those engaged in removing the form work shall wear
helmets, gloves and heavy soled shoes and approved safety belts etc.
2.4.15 The safety code as lay down in respective clauses of Agreement shall be strictly
followed.
PART B 107

SPECIAL CONDITIONS FOR GREEN BUILDING


The building is proposed to be designed for TERI (The Energy and Resources
Institute) - GRIHA (Green Rating for Integrated Habitat Assessment) Rating-3 green
building rating system. The contractor is required to execute the work in a befitting
manner to obtain the targeted GRIHA 3 rating.
Special conditions for GRIHA rating
The contractor shall prepare scheme for the approval of Engineer -in-charge for
obtaining GRIHA 3 rating in the criteria relevant to the execution of work
The contractor shall plan and execute the work in a manner to preserve and
protect the landscape during construction and shall arrange the
materials/equipment and follow the procedure as per GRIHA 3 rating as
applicable.
All the mandatory criteria of GRIHA and additional conditions for Green
Building practices are to be necessarily followed.
The contractor shall comply with NBC norms on construction safety, health and
sanitation as per GRIHA 3 rating system.
The construction activity shall be done in a befitting manner and the contractor
shall adopt measures to prevent air pollution at site in compliance with criterion 9
of GRIHA rating as applicable.
The contractor shall comply with all the instructions and schemes for
execution of Green building.
Nothing shall be paid extra for all these conditions except for the items existing in
the schedule of quantities. For such items work done shall be paid on the basis of
the agreement rates.
Pre-construction Stage
Construction Vehicles, Equipment and Machinery
(i) All vehicles, equipment and machinery to be procured for construction
shall conform to the relevant Bureau of India Standard (BIS) norms.
(ii) Emission from the vehicles must conform to environmental norms.
(iii) Dust produced from the vehicular movement and other site activities is to
be mitigated by sprinkling of water.
(iv) Noise limits for construction equipments shall not exceed 75 dB(A),
measured at one meter from the edge of the equipment in free area, as
specified in the Environment Protection Act,1986, schedule VI part E, as
amended on 9th May,1993. The maximum noise levels near the
construction site should be limited to 65 dB (A) Leq (5 min) in project area.
Construction Stage
Construction Wastes Disposal
(i) The pre-identified dump locations will be a part of solid waste
management plan to be prepared by the Contractor in consultation with
Engineer -in-charge.
PART B 108

(ii) Contractor shall get approved the location of disposal site prior to
commencement of the excavation on any section of the project location.
(iii) Contractor shall ensure that any spoils of material / construction waste
will not be disposed off in any municipality solid waste collection bins.
Procurement of Construction Materials
(i) All vehicles delivering construction materials to the site shall be covered to
avoid spillage of materials and maintain cleanliness of the roads.
(ii) Wheel Tyres of all vehicles used by of the contractor, or any of his sub-
contractor or materials suppliers shall be cleaned and washed clear of all
dust/mud before leaving the project premises. This shall be done by
routing the vehicles through tyre washing tracks.
(iii) Contractor shall arrange for regular water sprinkling at least twice a day
(i.e. morning and evening) for dust suppression of the construction sites
and unpaved roads used by his construction vehicles.
Water Pollution
(i) The Contractor shall take all precautionary measures to prevent the
wastewater during construction to accumulate anywhere.
(ii) The wastewater arising from the project is to be disposed off in the manner
that is acceptable to the CPCB.
Air and Noise Pollution
Contractor shall use dust screens and sprinkle water around the construction site
to arrest spreading of dust in the air and surrounding areas.
(i) Contractor shall ensure that all vehicles, equipment and machinery used
for construction are regularly maintained and confirm that emission levels
comply with environmental emission standards/norms.
(ii) For controlling the noise from Vehicles, Plants and Equipments, the
Contractor shall confirm the following:
(a) All vehicles and equipment used in construction will be fitted with
exhaust silencers.
(b) Servicing of all construction vehicles and machinery will be done
regularly and during routine servicing operations, the effectiveness
of exhaust silencers will be checked and if found defective will be
replaced.
(c) Noise emission from compactors(rollers) front loaders, concrete
mixers, cranes(movable), vibrators and saws should be less than 75
dB(A).
(d) As per the standards/guidelines for control of Noise Pollution from
Stationary Diesel Generator (DG) sets, noise emission in dB(A) from
DG Sets (2-1010 KVA) should be less than 94+10 log 10 (KVA). The
standards also suggest construction of acoustic enclosure around the
DG Set and provision of proper exhaust muffler with insertion loss
of minimum 25 dB(A) each as mandatory.
PART B 109

Personal Safety Measures for Labour


Contractor shall provide the following items for safety of workers employed by
contractor and associate agencies:
(i) Protective footwear/ helmet and gloves to all workers employed for the
work on mixing, cement, lime mortars, concrete etc. and openings in water
pipeline/sewer line.
(ii) Welder’s protective eye-shields to workers who are engaged in welding
works.
(iii) Safety helmet and Safety harness/ belt Provide adequate sanitation/safety
facilities for construction workers to ensure the health and safety of the
workers during construction, with effective provisions for the basic
facilities such as sanitation, drinking water and safety equipments or
machinery.
(iv) All the workers should be wearing helmet and shoes all the time on site.
(v) Masks and gloves should be worn whenever and wherever required.
(vi) Adequate drinking water facility should be provided at site, adequate
number of decentralized latrines and urinals to be provided for
construction workers.
(vii) Full time workers ( if any with the approval of Engineer-in-Charge)
residing on site should be provided with clean and adequate temporary
hutment.
(viii) First aid facility should also be provided.
(ix) Overhead lifting of heavy materials should be avoided. Barrow wheel and
hand-lift boxes should be used to transport materials onsite.
(x) Tobacco and cigarette smoking should be prohibited onsite.
(xi) All dangerous parts of machinery are well guarded and all precautions for
working on machinery are taken.
(xii) Maintain hoists and lifts, lifting machines, chains, ropes and other
lifting tackles in good condition. Provide safety net of adequate strength to
arrest falling material down below.
(xiii) Use of durable and reusable formwork systems to replace timber
formwork and ensure that formwork where used is properly maintained.
(xiv) Ensure that walking surfaces or boards at height are of sound construction
and are provided with safety rails and belts. Provide protective
equipments such as helmets.
(xv) Provide measure to prevent fire. Fire extinguisher and buckets of sand to
be provided in fire-prone area and elsewhere.
(xvi) Provide sufficient and suitable light for working during night.
PART B 110

(xvii) Ensure that measures to protect workers from materials of construction,


transportation, storage and other dangers and health hazards are taken.
(xviii) Ensure that the construction firm/division/company have sound safety
policies.
(xix) Comply with the safety procedure, norms and guidelines (as applicable) as
outlined in NBC 2016 (BIS 2005).
(xx) Adopt additional best practices and prescribed norms as in NBC 2016
(BIS2005).
Identify roads on-site that would be used for vehicular traffic. Update vehicular
roads (if these are unpaved) by increasing the surface strength by improving
particle size, shape and mineral type 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%. Limit vehicular speed on site 10km/h. Nothing extra
will be payable for this.
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.
Spills of dirt or dusty materials shall 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.
Ensure that water spraying is carried out by wetting the surface by spraying
water on:
(i) Any dusty material.
(ii) Areas where demolition work is carried out.
(iii) Any unpaved main-haul road and.
(iv) Areas where excavation or earth moving activities are to be carried out.
The contractor shall ensure the following:
(i) Cover and enclose the site by providing dust screen, sheeting or netting to
scaffold along the perimeter of a building.
(ii) Covering stockpiles of dusty material with impervious sheeting.
(iii) Covering dusty load on vehicles by impervious sheeting before they leave
the site.
(iv) Transferring, handling/storing dry loose materials like bulk cement and
dry pulverized fly ash inside a totally enclosed system.
PART B 111

(v) Spills of dirt or dusty materials shall be cleaned up promptly so that the
spilled material does not become a source of fugitive dust and also to
prevent 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.
(vi) Clear vegetation only from areas where work will start right away.
Adopt measures to prevent air pollution in the vicinity of the site due to
construction activities. There is no standard reference for this. The best practices
should be followed (as adopted from international best practice documents and
codes).
Provide safety barricading of site by drawing ribbon band along the site
boundary, next to a road or other public area.
The contractor shall provide experienced personnel with suitable training to
ensure that these methods are implemented. Prior to the commencement of any
work, the method of working, plant equipment and air pollution control system
to be used on -site should be made available for the inspection and approval of
the Engineer -in-Charge to ensure that these are suitable for the project.
Employ measures to segregate the waste on-site into inert, chemical or hazardous
wastes. Recycle the unused chemical/hazardous wastes such as oil, paint,
batteries and asbestos. As per GRIHA 3 rating (inert and Hazardous waste must
be collected and storied separately from site. Proper training must be given to all
construction workers in order to train them to be able to handle different kind of
waste on site. In addition to segregating the inert and hazardous waste, it is also
important to either reuse the construction waste on site or safety dispose it off to
designated agencies for recycling.
To preserve the existing landscape and protect it from degradation during the
process of construction. Select proper timing for construction activity to minimize
the disturbance such as soil pollution due to spilling of the construction material
and its mixing with rainwater. The construction management plan including soil
erosion control management plan shall be prepared accordingly for each month.
The application of erosion control measures includes construction of gravel pits
and tyre washing bays of approved size and specification for all vehicular site
entry/exits, protection of slopes greater than 10%. Sedimentation Collection
System and run-off diversion systems shall be in place before the commencement
of construction activity. Preserve and protect the existing vegetation by not-
disturbing or damaging to specified site areas during construction.
The Contractor should follow the construction plan as proposed by the Engineer-
in-charge / 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.
PART B 112

Spill prevention and control plans should clearly state measures to stop the
source of the spill. Measures to contain the spill and measures to dispose the
contaminated material and hazardous wastes. It should also state the
designation of personnel trained to prevent and control spills. Hazardous wastes
include pesticides, paints, cleaners and petroleum products.
A Soil Erosion and Sedimentation Control Plan (ESCP) should be prepared
prior to construction and should be applied effectively.
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.
The contractor shall ensure that no construction leaches (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).
All lighting installed by the contractor around the site and at the labour quarters
during construction shall be energy efficient fixtures of the appropriate
illumination levels.
All paints, adhesives and sealants should comply with the VOC limits prescribed
as a green initiative as follows:
The VOC (volatile organic compound) content of adhesives and sealants used on
the interior of the building must be less than VOC content limits mentioned
below. A list of all the adhesives and sealants used for the project is to be
submitted along with the manufacturer’s certificate supporting the VOC content.

Architectural Applications VOC Limit(g/l minus water)

Indoor Carpet Adhesives 50

Carpet Pad Adhesives 50

Wood Flooring Adhesives 100

Rubber Floor Adhesives 60

Sub floor Adhesives 50

Ceramic Tile Adhesives 65

VCT and Asphalt Tile Adhesives 50


PART B 113

Dry Wall and Panel Adhesives 50

Cove base adhesives 50

Structural Glazing Adhesives 100

Multipurpose Construction Adhesives 70

Substrate Specific Application VOC Limit(g/l minus water)

Metal to Metal 30

Porous Material(except wood) 50

Plastic Foams 50

Wood 30

Fibreglass 80

Specialty Application VOC Limit(g/l minus water)


PVC Welding 510

CPVC Welding 490

ABS Welding 325

Plastic cement welding 250

Adhesive primer for plastic 550

Top and Trim Adhesive 250

Contact Adhesive 80

Special purpose Contact Adhesive 250

Structural wood member adhesive 140

Sheet applied rubber lining operations 850

Sealants VOC Limit(g/l minus water)

Architectural 250

Non-Membrane Roof 300

Roadway 250

Single-ply roof membrane 450

Other 420

Sealant Primers

Architectural, nonporous 250

Architectural, porous 775


PART B 114

Other 750
Aerosol Adhesives
General purpose mist spray 65% VOC’s by weight
General purpose web spray 55% VOC’s by weight

Special purpose aerosol adhesives (all types) 70% VOC’s by weight

All the building materials and systems used on site must be as per the
specifications and approved makes by the Engineer-In-Charge.
All required certificates explaining the properties of the building
material/system needs to be obtained from the manufacturer/vendor as
required by the green building rating authority. The final certificates would be
produced after the approval of green building consultant with necessary due
diligence. The purchase orders of all the materials made with the manufacturers
/ authorized vendors should be maintained and shall be provided for the
process with due diligence upon request.
Water saving measures as suggested by the consultants need to be followed on
site.
The contractor / subcontractor shall prepare and submit a Site Management
Plan (SMP) within 10 days of start, for approval by the Engineer -in-charge. This
SMP shall indicate the locations of godown, stockpiles, barricading, waste
storage, offices, vehicular movement routes etc. In short this SMP would
comprehensively represent how the site activities shall be managed conforming
to GRIHA 3 Star guidelines. Contractor will be penalized @ Rs. 1000/- per day of
delay on non-submission of SMP beyond due date to be recovered from next RA
bill.
Any other site management measures suggested by the Engineer-in-charge /
green building consultant shall be followed on site.
The contractor shall submit to the Engineer -in-Charge after construction of the
buildings, a detailed as built quantification of the following within 10 days of
recording of completion. Contractor will be penalized @ Rs. 1000/- per day of
delay in submission of “detailed as built quantification”.
(i) Total materials used
(ii) Total waste generated,
(iii) Total waste reused,
(iv) Total water used,
(v) Total electricity consumed, and
(vi) Total diesel consumed.
Evidence for the implementation of the all the above required measures shall be
provided to the Engineer-in-Charge in the form of photographs and templates
as required which is required for the submission to the green building rating
authority.
Nothing extra shall be payable for above provisions unless otherwise specified
in Schedule of Quantity.
PART B 115

PARTICULAR SPECIFICATIONS
(Civil Component)
1. GENERAL
1.1 The work shall be carried out as per CPWD Specifications 2019 Vol. I & II with
upto date correction slips.
1.2 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).
1.3 Wherever any reference to any Indian Standard Specification occurs in the
documents relating to this contract, the same shall be inclusive of all
amendments issued thereto or revisions thereof, if any.
1.4 Unless otherwise specified in the schedule of quantities the rates for all items of
the work shall be considered as inclusive of pumping out or bailing out water 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.
1.5 Unless otherwise specified in the schedule of quantities, particular specifications
or CPWD specifications (subject to the order or preference) the rates tendered by
the tenderer shall be all inclusive and shall apply to all lifts, all heights and all
floor including terrace, leads and depths and nothing extra over and above the
schedule of quantity shall be payable on this account.
1.6 The work shall be carried out in accordance with the Architectural drawings,
structural drawings and approved shop drawings. The structural shop and
architectural drawings shall have to be properly correlated before executing the
work. In case of any difference noticed between architectural and structural
drawings, the contractor shall obtain final decision of the Engineer-in-charge. In
case of any discrepancy in the item given in the schedule of quantities appended
with the tender and architectural drawings related to the relevant items, the
former shall prevail unless and otherwise given in writing by the Engineer in
charge. Nothing extra shall be payable on this account.
1.7 Wherever any reference to any Indian Standards occurs in the documents
relating to this contract, the same shall be inclusive of all amendments issued
thereto or revisions thereof, if any, up to the date of receipt of tenders.
1.8 The following additional specifications shall apply:
1.8.1 All stone aggregate and stone ballast shall be of hard stone variety and to be
obtained from quarries near& around to site of work, approved by the
Department of Mines, Govt. of A.P. and as per direction of the Engineer in
charge
1.8.2 Coarse sand should be obtained from sand quarries of nearby rivers, approved
by the Department of Mines, Govt. of A.P. and as per direction of the Engineer
in charge and to be used for cement concrete work including RCC, mortar for
PART B 116

masonry and plaster work shall be of standard quality and screened as required.
It shall be clean sand.
In case of non-availability of sand, the agency may be permitted at the
discretion of Engineer-in Charge to use crushed stone sand on their request on
production of adequate proof of non-availability of the same, provided it
confirms to grading and other requirements given in CPWD specifications. The
change in sand type or source would require revision of Mix Design of Concrete
from the approved laboratories such as AU/Visakhapatnam or JNTU Kakinada
or NCCBM Hyderabad or any Government Engineering College /Institute, for
which nothing extra shall be paid nor any extra time will be granted. In case of
use of crushed stone sand, all necessary precautions for CC work, RCC work,
masonry work, plaster work and all other related works shall be taken by the
agency as per relevant CPWD specifications and BIS codes without any extra
cost.
1.9 The rates for all items of work shall unless clearly specified otherwise include
for all floor levels of building and cost of all operations and all inputs of labour,
material, T&P, scaffolding, wastages, watch and ward, other inputs, all
incidental charges, all taxes, GST, duties, levies etc. required for execution of the
work.
1.10 All crossings, embedment etc. in walls and floors for water supply, drainage and
sanitary pipes, fittings etc. shall be provided for individual walls and floors so as
to avoid cuttings of masonry work and floors. All such areas shall be made
good during finishing and nothing extra shall be payable on these accounts.
1.11 Product delivery, storage and handling of chemicals.
1.11.1 The contractor shall construct storage space for Chemicals to ensure that the
storage conditions are as recommended by the manufactures.
1.11.2 All the materials shall be procured and delivered in sealed containers with
labels legible and intact.
1.11.3 All the chemicals (polymers, epoxy, water proofing compound, plasticizer,
Polysulphide, all exterior and interior paints, polish etc.) shall be procured in
convenient packs say 20 liters/Kgs.} capacity packing only or as approved by
the Engineer-in-Charge, and not in bigger capacity containers, say 200 liter
(Kgs.) drums unless otherwise specifically permitted by the Engineer-in-Charge.
One sample from each lot of the chemical procured by the contractor shall be
tested in a laboratory as approved by the Chief Engineer.
1.11.4 All material required for the execution of the work shall be got approved,
procured and deposited with the Departmental supervisory staff. The materials
shall be kept in joint custody of the contractor and the Department. The watch
and ward of such material shall, however, remain to be the responsibility of the
contractor and no claim, whatsoever, on this account shall be entertained.
Different containers of each chemical shall be serially numbered on packing and
also consumed in that order. Day-to-Day account of receipt, issue and balance
shall be regulated by the Department and proper account shall be maintained at
site of work in the prescribed form as per the standard practice.
PART B 117

1.11.5 All the chemicals shall be procured by the contractor directly from the
manufacturer. In exceptional circumstances, the contractor may be allowed to
procure the materials from the authorized dealers of the manufacturers, if
specifically permitted by the Engineer-in-Charge.
1.11.6 The original copies of challan / cash memos towards the quantity of various
chemicals procured shall be made available by the contractor at the request from
the Engineer-in-Charge and a copy of the same shall be kept in record.
1.11.7 The Name of manufacturers, manufacturer’s product identification,
manufacturer’s mixing instructions, warning for handling and toxicity and date
of manufacturing and shelf life shall be clearly and legibly mentioned on the
labels of each container.
1.11.8 The contractor shall submit for the chemicals procured, manufacturer’s and / or
authorized dealer’s certificate regarding supplying and verifying conformance
to the material specifications, as specified.
1.11.9 All filled containers shall be handled in safe manner and in a way to avoid
breaking container seals.
1.11.10 Empty containers of the chemicals should not be removed from site till the
completion of work and shall be removed only with the written approval of the
Engineer-in-Charge.
1.11.11 All arrangements for measuring, dosing and mixing of material / chemicals at
site have to be made by the contractor.
1.11.12 Contractor shall suitably advise his site Engineer and all the workers as regards
safe handling of chemicals. Necessary protective and safety equipments in form
of hand gloves, goggles etc. shall be provided by the contractor and be also used
at site.
1.11.13 All incidental charges of any kind including cartage, storage and wastage and
safe custody of material etc. shall be borne by the contractor and no claim,
whatsoever, shall be entertained on this account.
1.11.14 The chemicals shall be tested in an independent laboratory as approved by the
Chief Engineer at the frequency as specified. If required, more samples may
have to be tested as per the directions of the Engineer-in-Charge. Nothing extra
shall be payable on this account. However, all the testing charges shall be borne
by the Contractor.
2 EARTH WORK: -
2.1 Earth work shall be executed as per CPWD specifications.
2.2 Measurement of excavation shall be done as per CPWD specification 2019 with
up-to-date correction slips.
2.3 All the major excavation shall be carried out by mechanical excavator. No extra
payment shall be made for that.
2.4 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
PART B 118

inclusive of pumping out or bailing out water, if required and 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, 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.
2.5 De-watering required, if any, shall be done conforming to BIS Code IS: 9759
(guide lines for de-watering during construction) and / or as per the
specifications approved by the Engineer-in-Charge. Design of an appropriate
and suitable dewatering system shall be the Contractor’s responsibility. Such
scheme shall be modified / augmented as the work proceeds based on fresh
information discovered during the progress of work, at no extra cost. At all
times during the construction work, efficient drainage of the site shall be carried
out by the Contractor and especially during the laying of plain cement concrete,
taking levels, etc. The Contractor shall also ensure that there is no danger to the
nearby properties and installations on account of such lowering of water table. If
needed, suitable precautionary measures shall be taken by the Contractor. Also,
the scheme of dewatering adopted shall have adequate built-in arrangement to
serve as stand-bye to attend to repair of pumps etc. and disruption of power /
fuel supply. Nothing extra shall be payable on this account.
2.6 In trenches where surface water is likely to get into cut / trench during
monsoons, a ring bund of puddle clay or by any other means shall be formed
outside, to the required height, and maintained by the Contractor. Also, suitable
steps shall be taken by the Contractor to prevent back flow of pumped water
into the trench. Nothing extra shall be payable on this account.
3.0 R.C.C. WORK: -
3.1 Design Mix Concrete.
3.1.1 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.
The RCC work shall be done with Design Mix Concrete. Wherever letter “M”
has been indicated, the same shall imply for the Design Mix Concrete. The
Design Mix Concrete will be designated based on the principles given in IS: 456,
10262 & SP 23. The Conditions & Specifications stated herein shall have
precedence over all conditions & specifications stated in relevant I.S. Codes /
C.P.W.D. Specifications. The concrete mix shall be designed for the specified
target mean compressive strength in order to ensure that work test result do not
fall below the acceptance criteria specified for the concrete mix. The cement shall
be actually weighed as presumption of each bag having 50kg shall not be
allowed. The Contractor shall design mixes for each class of concrete indicating
that the concrete ingredients and proportions will result in concrete mix meeting
the requirements specified. Nothing extra shall be paid on this account.
(a) The contractor has to submit design mix without use of admixtures.
PART B 119

(b) Admixture may be added in case of specific technical requirement so as to


meet the workability / slump requirement or for any other reason but
nothing extra is to be paid to contractor on account of adding admixtures.
The admixture shall conform to IS: 9103. The chloride content in
admixture shall satisfy the requirement of BS: 5075. The total amount of
chlorides in admixture mixed concrete shall also satisfy the requirements
of IS: 456:2000. Admixtures shall not be used without approval of
Engineer-in-Charge. Whenever required, the admixture of approved
quality & approved make only shall be used to attain the required
workability. Nothing extra on account of use of Admixture / Plasticizer
shall be payable.
3.1.2 The sources of coarse aggregate, fine aggregate, water, admixture & cement to
be used in concrete work shall be identified by the contractor & he will satisfy
himself regarding their conforming to the relevant specifications & their
availability before getting the same approved from the Engineer-In-Charge.
3.2 GENERAL INFORMATION FOR READY MIX CONCRETE (RMC) TO BE
GIVEN TO THE SUPPLIER BY THE CONTRACTOR
3.2.1 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.
3.2.2 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.
3.2.3 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.
PART B 120

3.2.4 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.
3.2.5 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.
3.2.6 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.
3.3 Ingredients:
3.3.1 The sources of coarse aggregate, fine aggregate, water, admixture & cement to
be used in concrete work shall be identified by the contractor & he will satisfy
himself regarding their conforming to the relevant specifications & their
availability before getting the same approved from the Engineer-In-Charge.
(a) Coarse Aggregate: - As per CPWD Specifications
(b) Fine Aggregate: - As per CPWD Specifications
(c) Water: - It shall conform to requirements laid down in IS:456-2000 / Para
3.1.1 of CPWD Specifications (Vol. I 2019)
(d) Cement: - Portland Pozzolana Cement (Fly Ash based) conforming
to IS: 1489/ OPC of grade 43 shall confirm to IS: 269, required in the work
from reputed manufacturers of cement as per the approved make in 50 kg.
bags bearing manufacturer’s name and ISI marking, along with
manufacturers test certificate for each lot. Portland Pozzolana Cement is to
be used for RCC works only subject to fulfillment of conditions of circular
number CDO / SE (RR) / fly ash (MAN) 02 dated 09.04.09 shall be used
for design mix concrete and shall conform to IS-1489 (Part I). However, if
the contractor uses higher grade of cement nothing extra shall be paid.
(e) Admixture/ Plasticizer: - The admixture shall conform to IS: 9103. The
chloride content in admixture shall satisfy the requirement of BS: 5075.
The total amount of chlorides in admixture mixed concrete shall also
satisfy the requirements of IS: 456:2000. Admixtures shall not be used
without approval of Engineer-in-Charge. Whenever required, the
admixture of approved quality & approved make only shall be used to
attain the required workability. Nothing extra on account of use of
Admixture / Plasticizer shall be payable.
3.4. WATER CEMENT RATIO AND SLUMP
3.4.1 In proportioning a particular mix, the manufacturer/producer/contractor shall
give due consideration to the moisture content in the aggregates, and the mix
shall be so designed as to restrict the maximum free water cement ratio to less
than the 0.45.
3.4.2 Due consideration shall be given to the workability of the concrete thus
produced. Slump shall be controlled on the basis of placement in different
situations.
PART B 121

Placing Conditions Degree of Slump (mm)


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

3.5 CHARACTERISTIC COMPRESSIVE STRENGTH COMPLIANCE


REQUIREMENT
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.

Specified Mean of the Group of 4 Non- Individual Test


Grade overlapping consecutive test results in Results in N/mm2
N/mm2
(1) (2) (3)
M25 ≥ Fck + 0.825 x established standard
Or deviation (rounded off to nearest 0.5
Above N/mm2)
Or ≥ Fck – 3 N/mm2
Fck + 3 N/mm2, whichever is greater
where fck is characteristic compressive
strength of CC cube at 28 days.
Note: (i) In the absence of established value of standard deviation, the
values given in Table as mentioned below may be assumed, and
attempt should be made to obtain results of 30 samples as early
as possible to establish the value of standard deviation.
(ii) The acceptance criteria for compressive strength as mentioned in
IS:456- 2000 as amended upto date shall prevail over the above
criteria in case of any difference.

3.6 The Contractor shall engage one of the following approved laboratories / test
houses for designing the concrete mix in accordance with relevant IS Code and
to conduct laboratory tests to ensure the target strength & workability criteria
for a given grade of concrete: -
The contractor shall submit at his own cost, the mix design report from
approved laboratories such as AU/Visakhapatnam or JNTU Kakinada or
NCCBM Hyderabad or any Government Engineering College /Institute for
approval of Engineer-in-charge within 30 days from the date of issue of letter of
acceptance of the tender. No concreting shall be done until the mix design is
approved. Every time sources of materials/cement is changed mix design report
shall be got re- done and has to be got approved from Engineer In charge.
PART B 122

The various ingredients for mix design / laboratory tests shall be sent to the
lab/ test houses through the Engineer-in-charge and the samples of such
aggregates sent shall be preserved at site by the department. Nothing extra shall
be paid on this account.
In the event if all the above laboratories are unable to carry out the requisite
design/ testing, the contractor may have it done from any other NABL
accredited laboratory with prior approval of the Chief Engineer.
3.7 The contractor shall submit the report on design mix from any of above
approved laboratories for approval of Engineer in Charge within 30 days from
the date of issue of letter of acceptance of the tender. No concreting shall be
done until the design mix is approved. In case of the likely use of admixtures in
concrete, the contractor shall design and test the concrete mix by using trial
mixes with admixtures also, for which nothing extra shall be payable.
3.8 In case of change of source or characteristic properties of the ingredients used in
the concrete mix design during the work, the contractor as per the directions of
the Engineer-in-charge shall submit a revised concrete mix design report
conducted at laboratory established at site. Nothing extra shall be paid on this
account.
3.9 All cost of mix designing and testing, connected therewith, including charges
payable to the laboratory shall be borne by the Contractor including redesigning
of the concrete mix whenever required & as directed by Engineer-In-Charge.
3.10 The mix design for a specified grade of concrete shall be done for a target mean
compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic compressive strength at 28 days.
S= Standard deviation which depends on degree of
quality control.
The degree of Quality Control for this work is “good” for which the standard
deviation obtained for different grades of concrete shall be as follows: -

GRADE OF CONCRETE STANDARD DEVIATION


M-25 4.0
M-30 5.0
M-35 5.0
M-40 5.0

However, actual standard deviation based on test strength of samples for each
grade of concrete shall be calculated separately as per procedure laid down in
clause 9.2.4 of Code of Practice IS 456:2000.
3.10.1 TRIAL BATCHES
(a) The designed mix proportions shall be checked for target mean
compressive strength by means of trial batches.
PART B 123

(b) Minimum three sets of separate preliminary tests shall be carried out for
each trial batch of concrete mix. Each test shall comprise of six specimens
and only one test-set of six specimens shall be made on any particular day.
(c) The quantities of materials for each trial mix shall be sufficient for at least
six specimens (cubes) and the concrete required for carrying out
workability tests.
(d) The workability of trial mix No.1 shall be measured and mix shall be
carefully observed for freedom from segregation, bleeding and its
finishing characteristics. The water content, if required, shall be adjusted
corresponding to the required changes in the workability.
(e) With the modified Water Content, the mix proportions shall be
recalculated by keeping with water cement ratio unchanged. The mix
proportion, as modified, shall form the Trial Mix No.2 and tested for the
specified strength and workability.
(f) In addition, trial mix No.3 and 4 shall be designed by keeping water
contents same as that determined for trial mix 2 but varying the water
cement ratio by + 10 percent of the specified value and tested for their
design characteristics.
(g) Out of the six specimens 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, while the
design mix shall be approved only on the basis of test strength at 28 days.
3.10.2 APPROVAL OF DESIGN MIX
The design mix shall be considered satisfactory and approved if at least three
preliminary test-sets individually satisfy the following strength and workability
criteria:
(a) The average strength of each test-set is not less than the specified target
mean compressive strength (Tck).
(b) The strength of any specimen cube is not less than 0.85 fck.
(c) The concrete mix is of required degree of workability and acceptable
concrete finish.
3.11 DESIGN MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED
CONCRETE BATCHING AND MIXING PLANT
3.11.1 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 B 124

(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.
3.11.2 Production of Concrete
3.11.2.1The concrete shall be 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
3.11.2.2The 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 by self-cleansing during drawdown.
The batch bins shall in general conform to the requirements of IS: 4925.
3.11.2.3 WATER:
1. Water to be used in manufacturing and curing of Concrete shall be tested
before use. All such tests shall be submitted to the Engineer in charge for
his approval before water is used in work.
2. Contractor shall identify the location of source of water intended to be
used. Each such source of water shall be separately tested. In the event of a
change in source of water all tests specified herein shall have to be
repeated.
3. In the event of water is drawn from tube wells or open wells, water
samples shall be for seasonal fluctuations in water table or at intervals to
be directed by the Engineer in charge.
1. Water samples from each source shall be tested as under:
One test at commencement of work for approval of each source and there
after change of source and
PART B 125

Thereafter, water from each source shall be got tested during the dry
season before monsoon and again after the monsoon.
Time period between two tests shall not exceed six months.
2. Approved quality water shall be collected and stored in the Under Ground
sumps/elevated tanks for the day to day requirement of work and same shall be
used for all cement works and also for curing. Due care shall be taken in this
regard.
3.11.2.4 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 Aggregate ±3% of the quantity of aggregate in each batch
Measurement of Admixture ±3% of the quantity of admixture in each batch

3.11.2.5Mixing Concrete
3.11.2.5.1 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.
3.11.2.6 Transportation, Placing and Compaction of Concrete
3.11.2.6.1 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 0.6 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.
3.11.2.6.2 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.
PART B 126

3.11.2.6.3 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 between 15 & 30% and that passing
through 0.125 mm sieve shall not be less than 5% of the total volume of
aggregate. When pumping long distances and through hot weather, set-
retarding admixtures may be used. Admixtures to improve workability can be
added. Suitability of concrete shall be through pumping shall be verified by trial
mixes and by performing pumping tests.
3.12 PREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND
CONDUCTING CONFIRMATORY TEST AT FIELD LAB.
3.12.1 The contractor shall make the cubes of trial mixes as per approved Mix design at
site laboratory for all grades, in presence of Engineer in charge using sample of
approved materials proposed to be used in the work prior to commencement of
concreting and get them tested in his presence to his entire satisfaction for 7
days and 28 days. Test cubes shall be taken from trial mixes as follows.
3.12.2 For each mix, a set of six cubes shall be made from each of the three consecutive
batches. Three cubes from each set of six shall be tested at age of 7 days and
remaining three cubes at age of 28 days. The cubes shall be made, cured,
transported and tested strictly in accordance with specifications. The average
strength of nine cubes at age of 28 days shall exceed the specified target mean
strength for which design mix has been approved, the evaluation of test results
will be done as per IS: 456-2000.
3.12.3 Frequency of Sampling
3.12.3.1Sampling Procedure engaged for
A random sampling procedure shall be adopted to ensure that each concrete
batch shall have a reasonable chance of being tested that is the sampling should
be spread over the entire period of concreting and cover all mixing units.
3.12.3.2 Frequency
The minimum frequency of sampling of concrete of each grade shall be in
accordance with the following:
Quantity of Concrete in the Work, m3 Number of Samples
I -10 1
11 - 30 2
31 -60 3
61- 100 4
101 and above 4 plus one additional sample for each
additional 50 m3 or part thereof
NOTE- Each sample shall be adequate quantity so that a minimum of 3 specimen cubes can be
made. Test of the sample is to be done in accordance with IS: 516 (Minimum Quantity :
10 cum).
PART B 127

3.12.4 Test Specimen


Three test specimens shall be made for each sample for testing at 28 days.
Additional samples may be required for various purposes such as to determine
the strength of concrete at 7 days or at the time of striking the formwork, or to
determine the duration of curing, or to check the testing error. Additional
samples may also be required for testing samples cured by accelerated methods
as described in IS 9103. The specimen shall be tested as described in IS 516.
3.12.5 Test Results of Sample
The test results of the sample shall be the average of the strength of three
specimen. 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 as mentioned in para 3.6, or in any other NABL
accredited laboratory as directed by the Chief Engineer, CPWD, Vijayawada.
3.12.6 ACCEPTANCE CRITERIA
3.12.6.1 Compressive Strength
The concrete shall be deemed to comply with the strength requirements when
both the following condition are met:
a) The mean strength determined from any group of four consecutive test
results complies with the appropriate limits in col 2 of Table given under
para 3.5 above.
b) Any individual test result complies with the appropriate limits in col 3 of
Table given under para 3.5 above.
3.12.6.2 Quantity of Concrete Represented by Strength Test Results
The quantity of concrete represented by a group of four consecutive test-results
shall include the batches from which the first and last samples were taken
together with all intervening batches.
Where the mean rate of sampling is not specified the maximum quantity of
concrete that four consecutive test results represent shall be limited to 60 m3.
3.12.6.3Concrete of each grade shall be assessed separately.
3.12.6.4Concrete is liable to be rejected if it is porous or honey-combed, its placing has
been interrupted without providing a proper construction joint, the
reinforcement has been displaced beyond the tolerances specified, or
construction tolerances have not been met. However, the hardened concrete
may be accepted after carrying out suitable remedial measures to the satisfaction
of the Engineer-in-Charge.
3.12.7 Ultrasonic Pulse Velocity Method of Test for RCC
3.12.7.1 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
PART B 128

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.
3.12.7.2The 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.
Pulse velocity by Cross
Sl. No. Concrete Quality Grading
Probing (km/sec)
1 Above 4.40 Excellent
2 4.40 to 3.75 Good
3 3.75 to 3.00 Doubtful
4 Below 3.00 Poor

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


3.12.7.3The 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 the latest version of IS 516 (Part5/Sec-1. From the
above “Good” and “Excellent” grading are acceptable and below these grading
the concrete will not be acceptable. The cost of testing shall be borne by the
contractor.
3.12.7.4 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.

3.12.7.5 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 Modifies Cement Mortar /Epoxy Mortaretc.
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
PART B 129

acceptance criteria by retesting of the repaired area. If satisfactory results are not
obtained dismantling and relaying of concrete will be done.

3.13 SPECIAL CONDITIONS FOR DESIGN MIX CONCRETE

1 The term machine batched, machine mixed and machine vibrated design
mix cement concrete used in the document shall mean the concrete
produced at site in fully automatic concrete batching & mixing plant (IS
4925), placed in position by the concrete pump and vibrated by surface
vibrator/ needle vibrator/ plate vibrator, as the case may be to achieve
required strength and durability. (However, for small elements like lintels,
chajjas, shelves etc., the requirement of pumping would be dispensed with
as per direction of Engineer – in – charge and placement would be done
through alternative means).

2. Design mix concrete shall be used in the work for all structural members.
For design mix concrete revised CPWD specifications 2019 along with
relevant IS codes shall be followed in general along with the specific
provisions made herein.
3. Following parameters shall be adopted for mix design.
3.1

Grade of Concrete M25 M30 M40


(i) Nominal Max 20 mm angular as 20mm angular as per 20 mm angular as
size of aggregate per CPWD CPWD specification per CPWD
specification specification
ii) Degree of
workability
(Slump) mm
a) Without Pump 25 to 75mm 25mm to 75mm 25 to 75 mm
b) With Pump 75 to 100 mm 75mm to 100 mm 75 mm to 100 mm
(iii) Degree of Good. Good. Good.
quality control
(iv) Type of Severe Severe Severe
exposure
(v) Max free water 0.45 0.45 0.40
cement/ ratio
(vi) Minimum 330kg/cum and as 350 kg/cum and as 390 kg/cum and as
Cement Content specified in the item. specified in the item. specified in the item.
(vii) Fine Aggregate Coarse sand as per Coarse sand as per Coarse sand as per
CPWD CPWD CPWD
specifications. specifications. specifications.
(viii) Mix Plain/Reinforced Plain/Reinforced Plain/Reinforced
applicable cement concrete cement concrete cement concrete
(ix) Method Pumping Pumping Pumping
application
(x) Max Cement 500 kg/Cum 500 kg/Cum 500 /Cum
content
PART B 130

(xi)
a) Characteristic Greater than or Greater than or Greater than or
compressive equivalent to equivalent to equivalent to
strength fck+0.825xEstablishe fck+0.825xEstablished fck+0.825xEstablishe
compliance d standard deviation standard deviation d standard deviation
requirement. Or Or Or
(Mean of group of 4 Fck+3whichever is Fck+3whichever is Fck+3whichever is
non-overlapping more more more
tests and
consecutive test)
(N/Sqmm)
b) Individual test
Fck-3 Fck-3 Fck-3
(N/Sqmm)
Design parameters for M 10 & M15 Design mix concrete
Following parameters shall be adopted for mix design.
Sl.
Grade of Concrete M10 M15
No.
1 Nominal Max size of 20 mm angular as per 20 mm angular as per
aggregate CPWD specification CPWD specification
2 Degree of workability 25 - 75 25 - 75
(Slump) mm
3 Degree of quality control Good. Good.
4 Type of exposure Severe Severe.
5 Max free water cement/ 0.50 0.50
ratio
6 Type of cement used Portland Pozzolana Portland Pozzolana
cement or OPC- 43 cement or OPC- 43
grade grade
7 Minimum Cement Content 220Kg/cum and as 240Kg/cum and as
specified in the item. specified in the item.
8 Fine Aggregate Coarse sand as per Coarse sand as per
CPWD specifications. CPWD specifications.
9 Mix applicable Plain/Reinforced Plain/Reinforced
cement concrete cement concrete
10 Method application Pumping Pumping
11 Max Cement content 500 kg/Cum 500 kg/Cum
12 (A) Characteristic Greater than or Greater than or
compressive strength equivalent to equivalent to
compliance requirement. fck+0.825xEstablished fck+0.825xEstablished
(Mean of group of 4 non- standard deviation standard deviation
overlapping tests and Or Or
consecutive test) (N/Sq.mm) Fck+3whichever is Fck+3whichever is
more more
(B) Individual test Fck-3 Fck-3
(N/Sq.mm)
Sl. No.12 above is added for the purpose of operation of Clause 16 of IS 456 -
2000.
PART B 131

(1) Approved admixtures conforming to IS-9103 shall be permitted to be used.


The chloride content in the admixture shall satisfy the requirement of BIS
5075. The total amount of chloride content in the admixture mixed
concrete shall satisfy the requirement of IS 456-2000.
(2) The concrete mix design with and without admixture will be carried out
by the contractor through the laboratory to be approved by the Engineer-
in- Charge.
(3) The various ingredients for mix design/ laboratory tests shall be sent to
the lab/test houses through the Engineer-in-Charge and the samples of
such ingredients sent shall be preserved at site till completion of work or
change in Design Mix whichever is earlier. The sample shall be taken from
the approved materials, which are proposed to be used in the work.
(4) The contractor shall submit the mix design report from approved
laboratories such as Andhra University Visakhapatnam or JNTU Kakinada
or NCCBM Hyderabad or any Government Engineering College /Institute
for approval of Engineer-in-charge within 30 days from the date of issue of
letter of acceptance of the tender. No concreting shall be done until the
mix design is approved.
(5) The contractor shall make cubes of trial mixes as per approved mix design
at site laboratory for all grades of concrete in presence of the Engineer-in-
charge using same ingredients as adopted for design mix, prior to
commencement of concreting and get them tested in presence of Engineer-
in – Charge for 7 days and 28 days. For each design mix, a set of six cubes
shall be prepared from each of the three consecutive batches. Three cubes
from each set shall be tested at the age of 7 days and three cubes at the age
of 28 days. The cubes shall be made, cured, transported and tested strictly
in accordance with CPWD specification. The average strength of nine
cubes at the age of 28 days shall exceed the specified target mean strength
for which design mix has been approved.
(6) Tests shall be done at the laboratory as approved by the Engineer-in-
charge.
(7) For each change of source or quality / characteristic properties of the
ingredients during the work, from that approved & used in the concrete
mix a fresh mix design shall be got done by the contractor. Revised trial
mix test shall be conducted and shall be submitted by the contractor as per
the direction of the Engineer-in-charge.
(8) The cost of packaging, scaling, transportation, loading, unloading cost of
samples and the testing charges for mix design in all cases shall be borne
by the contractor.
(9) The mix design shall be done considering the degree of quality control as
‘good’ in all cases.
(10) The Item of design mix cement concrete shall be inclusive of all the
ingredients including admixtures it required labour, machinery, T&P etc.
(Expect shuttering which will be measured & paid for separately)
PART B 132

required for a design mix concrete of required strength and workability.


The rate quoted by the agency for the mix design items shall be net &
nothing extra shall be payable on account of change in quantities of
concrete ingredients like cement, sand, aggregates and admixtures etc. as
per the approved mix design until unless specified elsewhere in the Notice
Inviting Tender Documents.
(11) No fly ash shall be allowed to be added in the Design Mix at site
3.14. COVER BLOCKS: Contractor shall use factory made cover blocks of approved
shape and strength for all RCC works to avoid displacement of bars in any
direction and to ensure proper cover. Alternatively, the contractor may
manufacture the cover blocks as per approved methodology by Engineer-In-
charge. The grade of concrete shall be same grade as of concrete in which they
will be used. The concrete shall be fiber reinforced concrete with 6mm
downgraded aggregate. Shape & size shall be as decided by Engineer-In-charge.
Cover block size should be as per IS code recommendation for severe
exposure conditions.
3.15. CURING:
i) The contractor shall ensure moist curing to all structural members in
general. Curing shall be done with 2 or 3 layers of wet hessian cloth
covered by PVC sheets in order not to allow the moisture to evaporate.
ii) Since the design mix is having controlled water content, the contractor
shall protect the concrete from drying shrinkage by resorting to early age
curing. Covering of wet hessian cloth shall be done after the onset of the
final setting time.
iii) The contractor shall submit methodology of proposed curing which
ensures continuous maintenance of required temperature regime.
iv) Membrane curing by chemical compounds may be allowed at places
which are normally inaccessible and repair works and nothing extra is
payable on this account. If curing compounds are proposed for any
particular use, the contractor shall obtain permission for use of any
particular brand of compounds from Engineer-In-Charge.
3.16 RATES: -
(i) The rate includes the cost of materials, labour and T&P, including mixing,
placing, pumping of concrete and transportation involved in all the
operations described above except for the cost of centering, shuttering &
reinforcement which will be paid for separately.
(ii) In case of rejection of concrete on account of unacceptable compressive
strength, governed by para “Standard of Acceptance” as above, the work
for which samples have failed shall be redone at the cost of contractor.
However, the Engineer-in-charge may order for additional tests (like
cutting cores, ultrasonic pulse velocity test, load test on structure or part of
structure, etc.) to be carried out at the cost of contractor to ascertain if the
PART B 133

portion of structure wherein concrete represented by the sample has been


used, can be retained on the basis of results of individual or combination
of these tests. The Contractor shall take remedial measures necessary to
retain the structure as approved by the Engineer-in-charge without any
extra cost. However, for payment, the basis of rate payable to contractor
shall be governed by the 28 days cube test results and reduced rates shall
be regulated in accordance with CPWD Specifications.
3.17. RCC WORK (ORDINARY)
3.17.1 The work shall be done in accordance with CPWD Specifications.
3.17.2 Water Cement ratio for Ordinary RCC work shall not be more than 0.5.
Contractor shall use concrete mixture of proper design having arrangement for
measuring water for mixing of concrete.
3.18 FORM WORK
3.18.1 The work shall be done in general as per CPWD Specifications.
3.18.2 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 to be approved by
the Engineer-in-Charge.
3.18.3 Nothing extra shall be paid for the centering and shuttering, circular in shape
whenever the formwork is having a mean radius exceeding 6m in plan.
3.18.4 Nothing extra shall be paid for grid beams and the corresponding slabs having
clear span more than 1.20 meters.
3.18.5 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 except the places
where different type of flooring is provided in the same room.
As per general engineering practice, level of floors in toilet / bath, balconies,
shall be kept 12 to 20mm or as required, lower than general floors shuttering
should be adjusted accordingly. Nothing extra is payable on this account.
3.18.6 Steel shuttering as approved by the Engineer-in-Charge shall be used by the
contractor. Minimum size of shuttering plates shall be 600mm x 900mm except
for the case when closing pieces are required to complete the shuttering panels.
Dented, broken, cracked, twisted or rusted shuttering plates shall not be allowed
to be used on the work.
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
de-bonding compound such as “Reebole” of FOSROC or equivalent shall be
applied on the surface of the shuttering plates in the requisite quantity before
assembly of steel reinforcement. Nothing extra shall be paid on this account.
PART B 134

3.18.7 Concreting of upper floor shall not be done until concrete of lower floor has set
at least for 14 days but form work and reinforcement can be taken up after the
concrete has set at least for three days.
3.18.8 Double steel scaffolding having two sets of vertical supports shall be provided
for external wall finish, cladding etc. The supports shall be sound and strong,
tied together with horizontal pieces over which scaffolding platform shall be
fixed. Scaffolding shall have steel staircase for inspection of works at upper
levels. Nothing extra shall be paid on this account.
3.19. REINFORCEMENT: -
3.19.1. The reinforcement shall be done as per CPWD Specifications.
3.19.2. The rate of item of reinforcement of RCC work includes all operations including
straightening, cutting, bending, welding, binding with annealed steel or welding
and placing in position at all the floors with all leads and lift complete as per
CPWD Specifications.
3.19.3 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 (Conbextra as manufactured by
M/S Fosroc Chemicals India Ltd. or approved equivalent) of high early
strength and same colour as surrounding concrete. However, Cover Guard Bars
shall also be used to maintain proper cover of RCC Columns in addition to
spacer blocks as mentioned above. Pre-cast cement mortar/concrete
blocks/blocks of polymer shall not be used as spacer blocks unless specially
approved by the Engineer-in-charge. The rate of RCC items is inclusive of cost of
such cover blocks & Cover Guard Bars. Nothing extra shall be paid on this
account.
4.0 MASONRY WORK: -
4.1.1 The PCC block work shall be carried out with good quality Fly ash cement
blocks of class designation 7 (strength not less than 70kg/sq.cm)as per CPWD
Specifications.
4.1.2 The rate shall also include for leaving chases / notches for dowels / cramps for
all kinds of cladding to come over brick work.
4.1.3 Brick work provided around shaft or lift walls or around slab cutouts shall be
measured in the brick for corresponding floor level. Nothing extra shall be paid
on this account.
4.1.4 M.S. Strip/ Bar provided at every third course of half brick masonry shall be in
single piece. If required, welding joint can be used without overlaps. Nothing
extra shall be paid for welding and overlaps.
PART B 135

5.0 EXPANSION J OINT


5.1 General
5.1.1 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.
5.1.2 The contractor shall ensure that no debris is allowed to enter and be lodged in
seismic/ separation/ expansion joints.
5.1.3 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.
6.0 GRANITE/ MARBLE OR LIKE WORKS
6.1 The granite/ marble or like stonework shall, in general, be carried out as per the
CPWD Specifications. The specifications for dressing, laying, curing, finishing,
measurements, rate etc. for the granite/ marble or like stone flooring shall be
same as that of works for the Marble flooring, skirting and risers of steps under
Flooring Sub Head of the CPWD Specifications. The wall lining / veneer work
with granite/ marble or like stone shall be as per the CPWD Specifications for
Marble work Sub Head.
6.2 The decision of the Engineer-in-Charge as regards the approval of the samples
for the various types of the granite/ marble or like stones shall be final and
binding on the Contractor. No claim of any kind whatsoever shall be entertained
from the Contractor on this account. The Contractor shall then procure and get
the mock up prepared at site of work for approval of quality of workmanship
and the granite/ marble or like stone as specified. The mock up shall be
prepared in lift lobby, toilet etc. on one of the floors. The size of the stones shall
be as per the architectural drawings. If the quality of the workmanship and the
material is as per the required standards, the mock up shall be allowed as part of
the work and measured for payment and shall not be dismantled. Otherwise, it
shall be dismantled by the contractor as directed by the Engineer-in-Charge and
taken away from the site of the work at his own cost. Nothing extra shall be
payable on this account.
6.3 The granite/ marble or like stone slabs shall be cut to required sizes and shapes,
as per the architectural drawings, to negotiate the curved steps in segmented
manner. The risers shall also be cut to required sizes and shapes and the edges
chamfered at the joints, all as per the architectural drawings. However, the
PART B 136

Contractor shall prepare the detailed shop drawings for the same and
commence work only after the approval by the Engineer-in-Charge. The rate
shall also include any consequent wastage, incidental charges involved in this
work. Nothing extra shall be payable on this account. For the purpose of
payment, the actual area of each type of granite/ marble or like stone as laid
shall be measured.
6.4 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.
6.5 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.
6.6 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.
6.7 The granite/ marble or like stone work shall be adequately protected by a layer
of Plaster of Paris, which shall be maintained throughout and removed just
before handing over of the works for which nothing extra shall be payable.
7.0 WOOD WORK
7.1 The wood work in general shall be carried out as per CPWD Specifications
(Volume-I) 2019, with up-to-date correction slips
7.2 The sample of timber to be used shall be deposited by the contractor with
Engineer-in-charge before commencement of work.
PART B 137

7.3 The shape and size of beading shall be as per drawings. The joints of beading
shall be mitred.
7.4 Timber shall be of specified species, good quality and well-seasoned. It shall
have uniform colour, reasonably straight grains and shall be free from knots,
cracks, shakes and sapwood. It shall be close grained. The contractor shall
deposit the samples of species of timber to be used with the Engineer-in-Charge
for testing before commencement of the work.
7.5 Wood work shall not be painted, oiled or otherwise treated before it has been
approved by the Engineer-in-charge. All portion of timber including architrave
abutting against masonry, concrete, stone or embedded in ground shall be
painted with approved wood preservative or with boiling coal tar.
7.6 The contractor(s) shall produce cash voucher and certificates from approved
Kiln Seasoning Plants about the timber used on the work having been kiln
seasoned and chemically treated by them, falling which it would not be accepted
as kiln seasoned and/or chemically treated.
7.7 Transparent sheet glass conforming to IS: 2835 shall be used. Thickness being
governed as under unless otherwise specified in the item in wood work/steel
work:

Area of Glazing Thickness


(a) For glazing area up to 0.50 sqm 4.0 mm
(b) For glazing area more than 0.50 sqm to
6.0 mm
0.90 sqm

7.8 Factory made wooden flush door and paneled and wire gauge shutters shall be
manufactured and carried out as per CPWD specifications (Volume-I, 2019 with
upto date correction slips).
7.9 The work shall be executed through specialized agencies to be approved by the
Engineer –in- Charge.
7.10 The contractor shall propose well in advance to Engineer-in-Charge, the names
and address of the factory where from the contractor intends to get the shutters
manufactured along with the credential of the firm. The contractor shall place
the order for manufacturing of shutters only after obtaining approval of the
Engineer in Charge whose decision in this case shall be final & binding. In case
the firm is not found suitable he shall propose another factory. The factory may
also be inspected by a group of officers before granting approval; shutters shall
however he accepted only if these meet the specified test.
7.11 Contractor will arrange stage wise inspection of the shutters at factory by the
Engineer-in-Charge or his authorized representative. The contractor will have
no claim if the shutters brought at site in part or full lot are rejected by the
Engineer-in-Charge due to bad workmanship / quality. Such defective shutters
will not be measured and paid. The contractor shall remove the same from the
site of work within 7 days after the written instruction in this regard are issued
by the Engineer-in-Charge.
PART B 138

7.12 The shutters should be brought at site without primer / painting.


7.13 (a) Inspection of shutters shall be carried out for dimensions & tolerances, size &
type general construction & workmanship, finish & glazing at the following
frequency: -

Lot Size Sample Size Permissible number of


defectiveness
Up to 25 2 0

26 to 50 5 0

51 to 100 8 0

101 to 150 13 1

151 to 300 20 2

301 to 500 32 3

501 to 1000 50 5

1001 & above 80 7

(b)Criteria for conformity: - Any sample shutter failing in any one or more of
the requirements inspected for as above shall be considered as defective. A
lot shall be considered as having satisfied the requirements of the standard if
the number of defective shutters in the sample does not exceed the
corresponding permissible number of defectiveness given above.
(c) Testing: - The shutters shall be tested for species seasoning & treatment,
defects in the timber, panel material, construction & workmanship in the
approved Laboratory at the frequency mentioned in CPWD specification.
If shutters are found defective in any one of the criterion double the shutter
shall be tested & if found permissible can be accepted. If shutter is found
defective in more than one criterion, the whole lot shall be rejected.
(d) Finish
i) All components of door shutter shall have smooth finish.
ii) Panels of the door shutters shall be flat and well sanded to a smooth
and level Surface.
iii) All the surfaces of door shutters which are required to be painted or
polished or varnished shall be got approved from the Engineer in
Charge before applying protective coat of primer, polish or varnish.

8.0 Flush Doors


8.1 General
The door shall be of flush type solid core marine grade with single or double
shutter as the case may be.
PART B 139

8.2 Shutters
Flush door shutters shall have a solid core and may be of the decorative or non-
decorative (Paintable type as per IS 2202 (Part I). Nominal thickness of shutters
may be 30mm as mentioned in the BOQ. Thickness and type of shutters shall be
as specified.
Width and height of the shutters shall be as shown in the drawings or as
indicated by the Engineer-in-Charge. All four edges of the shutters shall be
square. The shutter shall be free from twist or warp in its plane. The moisture
content in timbers used in the manufacture of flush door shutters shall be not
more than 12 per cent when tested according to IS 1708.
8.3 Core
The core of the flush door shutters shall be a marine grade block board having
wooden strips held in a frame constructed of stiles and rails. Each stile and rail
shall be a single piece without any joint. The width of the stiles and rails
including lipping, where provided shall not be less than 45mm and not more
than 75mm. The width of each wooden strip shall not exceed 30mm. Stiles, rails
and wooden strips forming the core of a shutter shall be of equal and uniform
thickness. Wooden strips shall be parallel to the stiles.
8.4 End joints of the pieces of wooden strips of small lengths shall be staggered. In
a shutter, stiles and rails shall be of one species of timber. Wooden strips shall
also be of one species only but it may or may not be of the same species as that
of the stiles and rails. Any species of timber may be used for core of flush door.
However, any non-coniferous (Hard wood) timber shall be used for stiles, rails
and lipping.
8.5 Face Panel
The face panel shall be formed by gluing, by the hot-press process on both faces
of the core, either plywood or cross-bands and face veneers. The thickness of the
cross bands as such or in the plywood shall be between 1.0mm and 3.0mm. The
thickness of the face veneers as such or in the plywood shall be between 0.5mm
and 1.5mm for commercial veneers and between 0.4mm and 1.0mm for
decorative veneers, provided that the combined thickness of both is not less than
2.2mm. The direction of the veneers adjacent to the core shall be at right angles
to the direction of the wooden strips. Finished faces shall be sanded to smooth
even texture. Commercial face veneers shall conform to marine grade plywood
and decorative face veneers shall conform to type I decorative plywood in IS
1328.
8.6 Lipping
Lipping, where specified, shall be provided internally on all edges of the
shutters. Lipping shall be done with battens of first class hardwood or as
specified of depth not less than 25mm. For double leaved shutters, depth of the
lipping at meeting of stiles shall be not less than 35 mm. Joints shall not be
permitted in the lipping.
PART B 140

8.7 Rebating
In the case of double leaves shutters the meeting of stiles shall be rebated by 8
mm to 10 mm. The rebating shall be either splayed or square type as shown in
drawing where lipping is provided. The depth of lipping at the meeting of stiles
shall not be less than 30 mm.
8.8 Opening for Glazing
When required by the purchaser opening for glazing shall be provided and
unless otherwise specified the opening for glazing shall be as per drawings. The
bottom of the opening shall be at a height as shown in the drawings. Opening
for glazing shall be lipped internally with wooden batten of width not less than
25 mm.
8.9 Tolerance
Tolerance on width and height shall be + 3 mm and tolerance on nominal
thickness shall be ± 1.2 mm. The thickness of the door shutter shall be uniform
throughout with a permissible variation of not more than 0.8 mm when
measured at any two points.
Adhesive: - Adhesive used for bonding various components of flush door
shutters namely, core, core frame, lipping, cross-bands, face veneers, plywood
etc. and for bonding plywood shall conform to BWP type, phenol formaldehyde
synthetic resin adhesive conforming to IS 848.
8.10 Tests
As per CPWD Specifications.
8.11 Fixing
As per CPWD Specifications.
8.12 Measurements
As per CPWD Specifications.
9.0. STEEL WORK
9.1 All steel work shall be carried out as per CPWD Specifications. (Volume 1) 2019
with up-to-date correction slips.
9.2 All welded steel work shall be tested for quality of weld as laid down in IS 822:
1970 before actual execution.
10.0 FLOORING
10.1 All work in general shall be carried out as per CPWD Specifications (Volume 1)
2019 with up-to-date correction slips.
10.2 Whenever flooring is to be done in patterns of tiles and stones, the contractor
shall get samples of each pattern laid and approved by the Engineer-in-charge
before final laying of such flooring. Nothing extra shall be payable on this
account.
PART B 141

10.3 Different stones / tiles used in pattern flooring shall be measured separately as
defined in the nomenclature of the item and nothing extra for laying pattern
flooring shall be paid over and above the quoted rate. No additional wastage, if
any, shall be accounted for any extra payment.
10.4 Samples of flooring stones/ Tile (Kota/ Marble/ Granite/ Ceramic tiles/
Vitrified tiles etc.) shall be deposited well in advance with the Engineer-in-
Charge for approval. The sizes of stones for flooring shall be of a size not less
than 600mmx600mm or as approved by Engineer-in-Charge. Approved samples
should be kept at site with the Engineer-in-Charge and the same shall not be
removed except with the written permission of Engineer-in-Charge. No
payment whatsoever shall be made for these samples.
10.5 The Marble/ Kota/ Granite or any other stone shall be fully supported by the
details establishing the quarry and its location or source.
10.6 Full width Marble/ Kota/ Granite stone over kitchen platform shall be provided
except to adjust for closing pieces. The marble / stone flooring in treads and
risers of staircase is to be laid in single piece.
10.7 The rate of items of flooring is inclusive of Providing Sunken Flooring in
Bathrooms, Kitchen, W.C., etc. and nothing extra on this account is admissible.
10.8 Chasing of required width and thickness shall be made in brick work at skirting
location so as to flush the external surface of skirting with internal plastering.
No extra payment towards making chases in brick work at skirting shall be
made and the same is presumed to be inclusive of rate quoted for the item of
providing and fixing skirting.
10.9 Proper gradient shall be given to flooring for toilets, verandah, kitchen,
courtyard etc. so that the wash water flows towards the direction of floor trap.
Any reverse slope if found, shall be made good by the contractor by ripping
open the floor/grading concrete and nothing shall be paid for such
rectifications.
10.10 The flooring and skirting will be executed as per pattern shown in the
Architectural drawings and as per approval of Engineer-in-Charge and nothing
extra shall be payable on this account.
10.11 The rate shall include the cost of all materials and labour involved in all the
operations. Nothing extra shall be paid for use of cut/sawn stone/ tiles in the
work.
10.12 The flooring laid with stone slab / tile / marble / Granite/ Ceramic tiles /
vitrified tiles etc. shall be adequately protected by a layer of plaster of Paris,
which shall be maintained throughout and removed just before handing over
of the works for which nothing extra shall be payable.
11.0. VITRIFIED TILES FLOORING
11.1 The tiles of various types shall be of approved make and shall generally conform
to IS 15622 or any other IS code as applicable with corrections/amendments up
to the last date of bid submission. The Vitrified tiles of specified sizes shall be
PART B 142

used & sample of tiles shall be got approved from the Engineer – in – charge.
The Mandatory tests for vitrified tiles shall be got done as per CPWD
Specifications (volume – 1) / relevant BIS Code.
11.2 The vitrified shall be as specified in the item. The tiles shall be of specified
colours as shown in the drawings or as approved by Engineer – in – Charge and
will be laid in pattern as per architectural drawings. Nothing extra shall be paid
for laying tiles in specific pattern. The tiles shall be first quality of approved
make and to be procured from mother plant only.
11.3 The vitrified tile flooring / ceramic tile flooring or like tile flooring work shall
be adequately protected by a layer of plaster of Paris, which shall be
maintained throughout and removed just before handing over of the works
for which nothing extra shall be payable.
12.0 WATER PROOFING: -
12.1 The work shall be got executed as per CPWD or manufactures’ specifications
and from the specialized agency as approved by the Engineer in Charge.
12.2 Contractor shall also submit the names of water proofing specialist along with
information about their technical capabilities and list of similar works executed
by the specialized agency in the past for the approval of Engineer-in-charge
within 30 days from the date of award of work.
12.3 Total quantity of the water proofing compound required shall be arranged only
after obtaining the prior approval of the make by Engineer-in-charge in writing.
Materials shall be kept under double lock and key and proper account of the
water proofing compound used in the work shall be maintained. It shall be
ensured that the consumption of the compound is as per specified requirements.
12.4 The finished surface after water proofing treatment shall have adequate smooth
slope as per the direction of the Engineer-in-charge.
12.5 Before commencement of treatment on any surface, it shall be ensured that the
outlet drain pipes / spouts have been fixed and the spout openings have been
chased and rounded off properly for easy flow of water.
12.6 The entire execution of waterproofing work shall be video recorded and
submitted to Engineer-in-Charge on a DVD disc. Various toilets shall be indexed
and written with paint on the walls for reference and identification purpose.
12.7 GUARANTEE BOND FOR ALL WATER PROOFING ITEMS: -
Ten 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 10 (Ten) years from the
date after the expiry of maintenance period prescribed in the contract, 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
PART B 143

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 or FDR of equivalent amount for Full 10 (Ten)
years is produced and deposited with the department.
13.0. FINISHING: -
13.1 The work shall be done in accordance with CPWD Specifications -2019 Vol. I to
Vol. II with upto date correction slips and the manufacturer’s specifications
where CPWD specifications are not available.
13.2 The quantity of paint required as per the theoretical consumption including
wastages, if any, shall be procured from the approved manufacturer or his
authorized dealers and deposited with the representative of the Engineer-in-
Charge at site.
13.3 The paint shall be obtained in smaller packing (around 20 liters).
13.4 The paint shall be kept in the joint custody of the Department and the
Contractor and day-to-day account of receipt and issue shall be maintained.
However, the safe custody and watch and ward shall remain to be the
responsibility of the Contractor. Nothing extra shall be payable on this account.
13.5 The name of the manufacturer, manufacturer’s product identification,
manufacturer’s mixing instructions, warnings and instructions for handling and
application, toxicity and date of manufacturing and shelf life shall be clearly and
legibly mentioned on the labels of each container. These details shall be kept in
record. The material shall be consumed in the order of material brought to site,
first come first consume basis. The Contractor shall obtain and submit to the
Department the manufacturer’s certificate for compliance of the various
characteristics of the materials as per the manufacturer’s specifications and also
copy of the manufacturer’s test report for the record.
13.6 Empty containers of the paints shall not be removed from site till the completion
of the work unless otherwise permitted and shall be removed only with the
permission of the Engineer-in-Charge or his authorized representative at site of
work.
13.7 All arrangements for measuring, dosing etc. at site shall be made by the
Contractor. Nothing extra shall be payable on this account.
13.8 The Contractor shall apply samples of each kind of paint for the approval of
shade and colour as per the directions of the Engineer-in-Charge before
procuring the paint in mass.
13.9 All incidental charges of cartage, storage, wastage, safe custody, scaffolding,
cost of samples and mock ups etc. shall be borne by the Contractor and no claim,
whatsoever, shall be entertained on this account.
14.0 SANITARY INSTALLATIONS /WATER SUPPLY / DRAINAGE: -
14.1 The contractor shall be responsible for the protection of the sanitary and water
supply fittings and other fittings and fixtures against pilferage and breakage
during the period of installation and thereafter until the building is handed
over.
PART B 144

14.2 The contractor shall furnish all labour, materials and equipment, transportation
and incidental necessary for supply, installation, testing and commissioning of
the complete Plumbing / Sanitary system as described in the Specifications and
as shown on the drawings. This also includes any material, equipment,
appliances and incidental work not specifically mentioned herein or noted on
the Drawings/Documents as being furnished or installed, but which are
necessary and customary to be performed under this contract. The Plumbing /
Sanitary System shall comprise of following:
a. Sanitary Fixtures and Fittings.
b. Internal and External Water Supply.
c. Internal and External Drainage.
d. Balancing, testing & commissioning.
e. Test reports and completion drawings.
14.3 For the work of water supply and sanitary installations, the contractor shall
engage the approved licensed plumbers and submit the name of proposed
plumbing agencies with their credentials for approval of the Engineer-in-
Charge. For quality control & monitoring of workmanship, contractor shall
assign at least one engineer who would be exclusively responsible for ensuring
strict quality control, adherence to specifications and ensuring top class
workmanship for the installation.
14.4 The work in general shall be carried out as per CPWD Specifications (Volume II)
2019 with up-to-date correction slips.
14.5 The tendered rates shall include the cost of cutting holes in walls, floors, RCC
slabs etc. wherever required and making good the same for which nothing extra
shall be paid.
14.6 Nothing extra for providing & fixing CP Brass caps /extension pieces wherever
required for CP Brass fittings shall be paid beyond the rates payable for
corresponding CP Brass fittings.
14.7 The contractor shall examine all architectural, structural, plumbing, electrical
and other services drawings and check the as-built works before starting the
work, report to the Engineer In-Charge any discrepancies and obtain
clarification. Any changes found essential to coordinate installation of his work
with other services and trades, shall be made with prior approval of the
Engineer In-Charge without additional cost to the department.
14.8 All the shop drawings shall be prepared on computer through AutoCAD
System based on Architectural Drawings and site measurements within two
months of the stipulated date of start of the contract, contractor shall furnish, for
the approval of Engineer In-Charge, the two sets of detailed shop drawings of
complete work and materials including layouts for Plant room, Pump room,
Typical toilets drawings showing exact location of supports, flanges, bends, tee
connections, reducers, detailed piping drawings showing exact location and
type of supports, valves, fittings etc.; external insulation details for pipe
insulation etc.
14.9 These shop drawings shall contain all information required to complete the
work. These Drawings shall contain details of construction, size, arrangement,
PART B 145

operating clearances, performance characteristics and capacity of all items of


equipment, also the details of all related items of work by other contractors.
Each shop drawing shall contain tabulation of all measurable items of
equipment/materials/works and progressive cumulative totals from other
related drawings to arrive at a variation-in-quantity statement at the completion
of all shop drawings. Minimum 4 sets of drawings shall be submitted after final
approval along with CD. When he makes any amendments in the above
drawings, the contractor shall supply two fresh sets of drawings with the
amendments duly incorporated along with check prints, for approval. The
contractor shall submit further four sets of shop drawings to the Engineer In-
Charge for the exclusive use by the Engineer In-Charge and all other agencies.
No material or equipment may be delivered or installed at the job site until the
contractor has in his possession, the approved shop drawing for the particular
material/equipment / installation.
14.10 Shop drawings shall be submitted for approval four weeks in advance of
planned delivery and installation of any material to allow the Engineer In-
Charge ample time for scrutiny. No claims for extension of time shall be
entertained because of any delay in the work due to his failure to produce shop
drawings at the right time, in accordance with the approved programme.
14.11 Samples of all materials like valves, pipes and fittings etc. shall be submitted to
the Engineer In-Charge prior to procurement for approval and retention by
Engineer In-Charge and shall be kept in their site office for reference and
verification till the completion of the Project. Wherever directed a mockup or
sample installation shall be carried out for approval before proceeding for
further installation without any extra cost.
14.12 Approval of shop drawings shall not be considered as a guarantee of
measurements or of building dimensions. Where drawings are approved, said
approval does not mean that the drawings supersede the contract requirements,
nor does it in any way relieve the contractor of the responsibility or requirement
to furnish material and perform work as required by the contract.
14.13 All materials and equipment shall conform to the relevant Indian Standards and
shall be of the approved make and design. Makes shall be in conformity with list
of approved manufacturers as per the tender document.
14.14 Balancing of all water systems and all tests as called for the CPWD
Specifications shall be carried out by the contractor through a specialist group,
in accordance with the Specifications and Standards. The installation shall be
tested and shall be commissioned only after approval by the Engineer In-
Charge. All tests shall be carried out in the presence of the representatives of the
Engineer In-Charge and nothing extra shall be payable on this account.
14.15 The contractor shall submit completion plans for water supply, internal sanitary
installations and building drainage work within 15 days of the date of
completion. These drawings shall be submitted in the form of two sets of CD’s
and four portfolios (300 x 450 mm) each containing complete set of drawings on
approved scale indicating the work as installed. These drawings shall clearly
indicate complete plant room layouts, piping layouts and sequencing of
automatic controls, location of all concealed piping, valves, controls and other
PART B 146

services. In case the contractor fails to submit the completion plans as aforesaid,
security deposit shall not be released and these shall be got prepared at his risk
and cost.
14.16 The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to
RCC columns, beams etc. with rawl plugs and nothing extra shall be paid for
this.
14.17 The variation in consumption of material shall be governed as per CPWD
specification and clauses of the contract to the extent applicable.
14.18 The pig led to be used in joints of 150mm,100mm, 75mm, 50mm dia of sand cast
iron, centrifugally cast (Spun) iron pipes shall be as per relevant CPWD
Specifications.
14.19 The contractor shall bear all incidental charges for cartage, storage and safe
custody of materials and shall construct suitable godowns, yards at the site of
work for storing materials so as to be safe against damage by sun, rain, fire or
theft etc., at his own cost and also employ necessary watch and ward
establishment for the purpose at his own cost.
14.20 All 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 in the Schedule of Quantities, specifications, elsewhere in this
tender document & drawings. The quoted rates shall be deemed to be all
inclusive for a complete item fit for use including all materials, labour, T&P,
specials, equipment, testing & commissioning etc. Accessories shall include
proper fixing arrangement, brackets, nuts, bolts, screws and required connection
pieces. Nothing extra whatsoever shall be payable on this account.
14.21 Fixing screws shall be half round head chromium plated brass screws with C.P.
washers where necessary or otherwise as provided in the item.
14.22 Porcelain sanitary ware shall be glazed vitreous China of first quality free from
warps, cracks and glazing defects and shall conform to relevant BIS codes.
Colour of sanitary ware, shall be specified or as selected by the Engineer-in-
Charge. Nothing extra shall be payable on this account.
14.23 Horizontal pipes running along ceiling shall be fixed on structural adjustable
clamps of approved design. Horizontal pipes shall be laid to uniform slope and
the clamps adjusted to the proper levels so that the pipes fully rest on them and
are properly secured.
14.24 Contractor shall provide all nuts, bolts, welding material and paint the Clamps
with one coat of red oxide and two or more coats of black enamel paint.
14.25 Slotted angle/channel supports on walls shall be provided wherever shown on
drawings. Angles/channels shall be of sizes shown on drawings or specified in
schedule of quantities. Angles/channels shall be fixed to brick walls with bolts
embedded in cement concrete blocks and to RCC walls with suitable anchor
fasteners. The spacing of support bolts horizontally shall not exceed 1m.
14.26 Wherever M.S. clamps are required to be anchored directly to brick walls,
concrete slabs, beams or columns, nothing extra shall be payable for clamping
arrangement and making good with cement concrete 1:2:4 mix (1 cement: 2
PART B 147

coarse sand: 4 stone aggregate 20 mm nominal size) or as directed by the


Engineer-in-Charge.
14.27 The ground colour shall be applied throughout the entire length of pipe. Colour
bands shall be superimposed on the ground colour and shall be applied near
valves, junctions, joints, service appliances, bulkheads, valves, etc. for clear
identification of fluid being carried and to avoid confusion. The relative
proportional widths of the first colour band to the subsequent bands shall be
4:1.The minimum width of the narrowest colour band shall be 25 mm.
14.28 Rates for all items quoted shall be inclusive of all work and items given in the
above mentioned specifications and Schedule of Quantities and applicable for
the work under floors, in shafts or at ceiling level at all heights and depths. All
rates are inclusive of cutting holes and chases in RCC and masonry work and
making good the same. All rates are inclusive of pre testing and on site testing of
the installations, materials and commissioning.
14.29 Cleaning and Disinfection of Pipelines:-
On completion of hydraulic tests and before a pipe is disinfected, it shall be
proved to be free from obstruction, debris and sediment by scouring or by any
other process which the Engineer-in-charge may prescribe. Upon satisfactory
completion of testing and cleaning, the pipelines shall be disinfected as ordered.
Chlorine solution shall be applied at the charging point as the pipeline is being
filled and dosing shall be continued until the pipeline is full and at least 50 parts
of chlorine per million parts of water have been made available and distributed
evenly. If ordinary bleaching powder is used, proportions will be 150 gms of
bleaching powder to 1000 litres of water. If a proprietary brand is used, the
proportion shall be as specified by the manufacturer. The treated water shall be
left in pipeline for a period as directed but not exceeding 24 hours chlorine
residual tests shall be taken at various points along the pipeline. The disinfection
process shall be repeated until the sample of water taken from the pipelineare
declared fit for human consumption by a recognized laboratory.
14.30 Opening, cut out in slabs, beams as required shall be left out by inserting PVC
spouts of required size before casting of RCC members. Nothing extra shall be
paid on this account.
14.31 The entire responsibility for the quality of work will however rest with the
building contractor only.
15.0 STAINLESS STEEL RAILINGS:
15.1 Providing, fabricating and fixing in position welded built-up section using
stainless pipes and connecting plates, of Grade S.S. 316and of required diameter
& thickness as per the directions of the Engineer-in-Charge, at the junctions of
doors, on walls, other locations as directed etc. including cutting, welding,
grinding, bending to required profile and shape, hoisting, buffing and polishing,
cutting chase/embedding in RCC / Masonry, fixing using stainless steel screws,
nuts, bolts and washers or stainless steel fasteners as required to make it rigidly
fixed & stable and making good the plaster/flooring etc. all complete, at all
floors and all levels as directed by the Engineer-in-Charge.
PART B 148

15.2 Rate includes cost of all inputs of materials, labour, T&P, etc. involved in the
work and all incidental charges to execute this item. However, for the purpose
of payment only the actual weight of the stainless pipes and stainless steel plates
provided and fixed shall be measured in kg.
15.3 Guarantee Bond: The Contractor shall submit Guarantee Bond as per Proforma
given in the tender document. In addition, 5% (five percent) of the cost of this
item of work shall be retained as security deposit and the amount so withheld
would be released after five years from the date after the expiry of maintenance
period prescribed in the contract, 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 along with any incidental repairs to structure,
flooring, finishing, fixtures and any other related damaged work within fifteen
days of receipt of intimation of such defects in the work. If the defects pointed
out are not attended to within the specified period, the same shall be got done
from another agency at the risk and cost of the contractor and the cost of
attending such repairs shall be deducted from any dues payable to the
contractors
16.0 Aluminium Work
16.1.1 The work shall be carried out as per specified CPWD Specifications in general
and as per directions of Engineer – in – charge.
16.1.2 Guarantee Bond: The Contractor shall submit Guarantee Bond as per Proforma
given in the tender document. In addition, 5% (five percent) of the cost of this
item of work shall be retained as security deposit and the amount so withheld
would be released after Five years from the date after the expiry of
maintenance period prescribed in the contract, 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 along with any incidental repairs to
structure, flooring, finishing, fixtures and any other related damaged work
within fifteen days of receipt of intimation of such defects in the work. If the
defects pointed out are not attended to within the specified period, the same
shall be got done from another agency at the risk and cost of the contractor and
the cost of attending such repairs shall be deducted from any dues payable to
the contractors.
17.0 uPVC WINDOWS& VENTILATORS
All openable and fixed window system shall have minimum 3 hollow chambers
from front to back. The sliding system frames shall have minimum 3
chambers from front to back. The Sliding system Sashes shall have
minimum 2 chambers from front to back. The outer profile shall not be less
than 56mm.
All sections of the frame and sash shall be reinforced in accordance with the
system supplier’s recommendations us in galvanized mild steel in a single
continuous length.
GENERAL REQUIRMENT
Profile
The profile is to be extruded from a compound that has been blended to ensure
quality and consistency. The material shall be pristine white high impact
PART B 149

modified window grade uPVC and shall be conform to BS EN 12608:2003 as


below.
Description Required Value
Flexural modulus of Elasticity Shall notbelessthan2200N/mm2 not
Resistance to impact by falling more than 1 test specimen shall show
massat–10°C for Class II (falling rupture in wall.
mass 1000g; falling height 1500 mm
– as per BSEN 12608:2003).
Mean Breaking Stress for welded Shall not be less than 35N/mm2for
corners. compression bending testor25N/mm2
for tensile bending test.
The profile shall be a hollow 3-chamber (across depth) profile withan outer wall
thickness not less than 2. 2mm.The profile shall be of first grade/quality
uniform and free from foreign bodies, cracks or marks.
Fabrication of Window: -
i) The window units shall be designed with all corner joints; transom joints and
mullion joints being mitred and fusion welded.
ii) All excess material is to be neatly trimmed and neatly feature grooved/raised
nib finish at corners, transom joints and mullion joints.
iii. There will be no mechanical joining of the profile
iv. No polishing flush of any joints will be permitted
v) The window units shall be designed so that the route of drainage is
prevented from passing through the reinforcement chamber.
vi) The finished product shall be free from all sharp edges, burrs and the like that
may be hazardous to the user.
vii) The dimensional tolerances on the finished outer frame height and width shall
be+3mm. Frame assemblies shall be such that they can be installed square
within a maximum difference in the diagonals of4mm.Minimumoverlap of sash
on frame shall be8mm.
viii) In all window units, adequate drainage should be provided to permit the escape
of water from platforms or horizontal members beneath each sealed unit. The
drainage slots shall not penetrate into the reinforcement chambers. Rain water
Stop to be provided wherever necessary to provide barrier to excess rain
water.
Reinforcement
i) Reinforcement shall be made from GI tube of not less than 1.5mm thickness as
per strength requirement unless otherwise approved by Engineer-in-Charge.
ii) Steel reinforcement shall conform to IS277:2003 or equivalent. Base material of
steel shall conform to IS 513:2008–Drawing Grade.
iii) The reinforcement shall be installed in accordance with the recommended
actions. The reinforcement shall conform to the wind load requirements of IS
875: Part 3. The reinforcement shall be in one continuous length and
should be installed minimum 5mm and maximum 10mm from the face of
the profile to be welded.
PART B 150

iv) The reinforcement shall be secured to the profile so that it does not move or
rattle and it maintains the structural integrity of the frame and satisfactory
thermal separation. Reinforcement is to be fixed at a maximum of 100mm from
the ends and then at a maximum of 300mm centers.
Glazing and Weather Seals
GLAZING
i) Window shall be such that glazing or re-glazing on site is possible without the
need to remove the outer frames from the structure of the building.
ii) All glazing is to be packed in accordance with the system supplier’s
recommendations to prevent any kind of damage during handling.
WEATHER SEALS
The weather seals shall be EPDM/Silicone seals. ASTM-D412 and ASTM-
D2240 are standard specifying test methods for Tensile strength and
Hardness of the gasket whereas the required value shall be specified
Ultimate tensile strength min >7.5/mm2
The weather seals are to be fitted in continuous lengths and grooves. The joints
in the vent weather seal are to be positioned at the bottom and in the
outer frames at the top.
Security and Safety
Fasteners shall be designed so that they cannot be released from the outside by
the insertion of a thin blade.
No opening light shall be openable or removable from the outside, when it
is fastened in the closed position, except by use of special tools or breaking
part of the window.
QUALITY CONTROL AND TESTING OF MATERIALS
Raw Material
The material from which the profiles are made shall consist substantially
from white polyvinylchloride as per BSEN 12608:20003. Only those additives
and pigments may be used that are needed for the manufacture of the
compound and its subsequent conversion into sound, durable extrusions of
good surface finish and mechanical strength, as assessed by the
requirements of this specification.
Profile Properties
Appearance and Finish
The color of the profile shall be uniform and the color of all profiles in a
system shall be uniform. The profile shall be free from foreign bodies, cracks
or sink marks when viewed by normal corrected vision at 90o to the surface
and at a distance of 1 meter in normal diffused north light.
Dimensions and Weights
The profiles shall be straight such that the longitudinal axis of the profile,
as measured on the face surfaces, may deviate from the straight line by no
more than 1 mm per meter.
PART B 151

The cross section of the profile shall conform in shape and dimensions and
may deviate by no more than + 0.5mm; glazing channels and seal grooves
may deviate by not more than + 0.3mm. The weight of the profile per
meter shall not be more than 5% below the nominal value.
Window properties
U-Value: The total Uw–U value of complete window shall be 3.3W/m2K
Resistance to wind load:
All load bearing members shall be adequately reinforced so as to resist the wind
load requirements of IS875: Part 3. Calculations shall be submitted for all
window designs.
AIR Tightness:
The air in filtration for windows shall not exceed 1 liters/second m2 @
75Pa for both positive and negative pressures (certified for use in air
conditioned buildings)
Water Tightness:
The water penetration for windows shall be minimum 15 minutes @ 150 Pa as
per AS 4420.5.
Installation of Frame
i. Before installation the Installation Team is to make sure that the opening has
been prepared and any repair work has been carried out. Allow a 5mm gap
between the frame and the opening. The new window shall be set in the
prepared opening. Allow for suitable packing blocks.
ii. The window shall be fixed into the aperture, by drilling and fixing through the
outer frame, to the existing structure using ‘Fischer’ fixings, F8 S type bolts.
iii. The fixings shall be no less than 150 mm from corners or transoms/mullions and
at no more than 600mm centers.
iv. When the frame is securely fixed in position then fit glass and glazing beads.
Allow for any necessary glazing blocks and glass lock devices.
v. Check windows for correct operation before proceeding with making good.
vi. No fixings are to penetrate the drainage channels.
vii. The windows shall be first treated with Polyurethane Foam (P U Foam) to
enhance insulation against heat and Noise. The gap between masonry and the
frame is to be filled with Neutral Cure Silicon (exposed to sun surface) and/or
Acrylic Sealant (only for the internal surface). The windows shall be first treated
with Polyurethane Foam (PU Foam) to enhance insulation against heat and
Noise.
viii. The silicone joints should be covered with Architraves/trims as per direction of
Engineer-in-charge.
PART B 152

Making Good
i) Making good to the external surface of the window frame and finish with a
compatible approved low modular silicone sealant to BS5889. All trims and
quadrants are to be approved by the Engineer-in-Charge prior to fixing.
ii) Allow for making good any disturbed plaster, brick work and decorations
internally and externally including color wash to brick work.
iii) Clean off excess material and check fittings and gearing.
iv) Leave installation clean and in good working order.
GENERAL ITEMS
i) This specification is to be read in conjunction with any other relevant documents
and drawings.
ii) Sizes are not to be scaled from any drawings or sketches but should be
measured on site prior to manufacture.
Window Accessories
i) Window should be designed and reinforced such that it can with stand the wind
load requirements by providing suitable strengthening accessories.
ii) The window shall meet the requirements of water tightness
Trims shall be used to cover the window to masonry joints
Window Hard ware
i) All slider door/windows are to be provided with multi point locking
arrangement with/without key locking facility as per the requirement. The
hardware shall be provided as per preferred list attached. The slider locking
mechanism handles are of projected/flush type.
ii) Casement window friction stays are to be of G-U or Securistyle or equivalent
make of appropriate size and weight bearing capacity, made of SS 304. The
stack height of friction stay is to be 16+0.5 mm.
iii) The casement windows are to be provided with multi point locking mechanism
of shall be provided as per preferred list attached.
Guarantee Bond:
The Contractor shall submit Guarantee Bond as per Proforma given in the
tender document. In addition, 5% (five percent) of the cost of this item of work
shall be retained as security deposit and the amount so withheld would be
released after Five years from the date after the expiry of maintenance period
prescribed in the contract, 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 along with any incidental repairs to structure,
flooring, finishing, fixtures and any other related damaged work within fifteen
days of receipt of intimation of such defects in the work. If the defects pointed
out are not attended to within the specified period, the same shall be got done
from another agency at the risk and cost of the contractor and the cost of
attending such repairs shall be deducted from any dues payable to the
contractors.
PART B 153

Particular specifications and special conditions for structural design work.

DESIGN CONSIDERATIONS& REQUIREMENTS (CIVIL WORK)


The buildings shall be designed and constructed as per minimum “3-star GRIHA
Rating”.
1. Type of Structure –The structure shall be with conventional RCC framed cast-in-
situ construction.
2. All concrete to be used /prepared at the site shall be Design Mix concrete/ RMC
as per mix design approved by the Engineer-in-charge.
3. Design criteria of RCC structural units shall conform to the Design requirements
of the Latest Version of IS: 456.
4. Minimum grade of concrete RCC shall be of M-30 Grade as per the Latest
version of IS: 456.
5. ISI-marked TMT bars of various grades shall be procured from:
(a) The steel Manufacturers such as SAIL, TATA Steel Ltd., RINL and JSW steel Ltd
or their authorized dealers having valid BIS license for IS: 1786-2008
(Amendmant-1 November 2012).
6. The permissible stresses for plain and reinforced concrete shall be in accordance
with the requirements of the Latest Version of IS: 456.
7. Components of the RCC structure shall be designed for loads in accordance
with IS 875 (Parts l to 5) and IS 1893 (latest version) - (Part 1). In addition, loads
that might be expected during the construction shall also be considered in the
design.
8. Resistance to horizontal loading shall be provided by having moment-resisting
frames and/or shear walls.
9. The structure shall be designed for a Fire rating of two hours.
10. For shrinkage, thermal effects and lateral loads provisions of expansion Joints as
per IS 3414(Latest Version) shall be provided.
11. Frame members i.e., Beams & columns to be designed for shear moments and
deflections as per the values obtained from model analysis. All other
components of the building shall be designed with approved design programs.
Design calculations shall be provided for all the components of the structure.
12. Basic load calculations shall be provided for all values of loads applied on all
members in the STAAD model. /ETAB MODEL
13. Water retaining structures shall be designed in accordance with the relevant
provision of IS: 3370 (Part-I to part-IV, Latest Version). In addition, Earthquake
forces as per IS -1893 latest version shall also be considered.
PART B 154

14. FOUNDATION
a. The Contractor/Agency has to conduct the subsurface soil investigation
through an approved agency/institution, indicating vertical sections of the
strata, testing of soil samples on the site and in a laboratory for determining
shear strength parameters, bearing capacity of the soil, permeability, index
properties, water table, compressibility characteristics, swelling properties
type & classification of soil and other geophysical information in the field to
decide economical & sound foundation type.
b. Number of Trial Pits and Borings
At least one Bore hole for each block should be tested. Cone penetration tests
may be performed at every 50 m by dividing the area in a grid pattern and
number of bore holes or trial pits decided by examining the variation in the
penetration value curves
c. Depth of Exploration:
(i) The bore holes shall be made upto the required depths as per IS: 1892
(Latest Version)
(ii) In weak soils, the exploration should be continued to a depth at which the
loads can be sustained without undesirable settlement and shear failure.
(iii) Water level in the bore shall be determined in accordance with, IS : 6935
(Latest Version)
d. The cement concrete foundation (plain or reinforced) shall be designed in
accordance with IS 456 (Latest Version).
e. Masonry structures (foundation & superstructure) shall be designed in
accordance with IS 1905 (Latest Version).
f. Design Considerations for Spread or Strip foundation shall be as per I.S. 1080
(Latest Version).
15. Seismic considerations
a. Dynamic analysis shall be performed on the latest version of the STAAD PRO
model/ETAB/model considering the site of work falling under Zone II.
Dynamic analysis, if required, shall be performed by the Response Spectrum
method using the design spectrum specified under the relevant clause of IS code
1893 (Latest Version). RCC building frame system shall be designed and
detailed to provide ductile behaviour and shall comply with the requirements
given in IS 4326 and IS 13920. In the buildings with a Dual frame system, the
RCC frame, as well as the shear walls, shall be designed and detailed to provide
ductile behaviour and comply with the requirements given in IS 4326 and IS
13920.
b. Soft storey, if any, in the structure shall be treated as per the relevant clause of IS
1893 (Latest Version).
c. Time period of the structure shall be taken as per the relevant clause of IS 1893
(Latest Version)
PART B 155

d. Torsional forces in the structure arising out of mass or stiffness irregularity shall
be dealt as per relevant clause of IS 1893 (Latest Version)
e. For underground structures and foundations at depths of 30 m or below, the
design horizontal acceleration spectrum value shall be taken as half the value as
comes out as per relevant clause of IS 1893 part I (Latest Version). For structures
and foundations placed between the ground level and 30m depth, the design
horizontal acceleration spectrum value shall be linearly interpolated between
Ah and 0.5 Ah, where Ah is as specified in relevant clause IS 1893 (part-1)(Latest
Version). The design acceleration spectrum for vertical motions, when required,
may be taken as two-thirds of the design horizontal acceleration spectrum
specified.
f. To perform well in earthquake, the building shall be of simple & regular
configuration and of adequate lateral strength, stiffness and ductility. The
building shall be considered as irregular, if at least one of the conditions given
in Tables 4 & 5, of IS 1893 (part1) (Latest Version) is applicable.
g. Vertical cantilever projections like RCC parapets, Tanks, etc. and others attached
to the buildings projecting above the roof, shall be designed and checked for
stability for five times the design horizontal seismic coefficient A as specified in
relevant clause of IS 1893 (part1)(Latest Version). In the analysis of the building,
the weight of these projecting elements will be lumped with the roof weight.
The increased design forces specified are only for designing the projecting parts
and their connections with the main structures. For the design of the main
structure, such increase need not be considered.
16. Separation Between adjacent buildings:
Two adjacent buildings or two adjacent units of the same building with
separation Gap in between shall be separated by a distance equal to the amount
R times the sum of the calculated storey displacements calculated as per
relevant clause of IS 1893 (part-1) (Latest Version) each of them, to avoid
damaging contact when the two units deflect towards each other. When floor
levels of two similar adjacent units or buildings are at the same elevation levels,
factor R in this requirement may be replaced by R/2.In addition due allowance
for Thermal Expansion shall also be made.
17. Proof checking: Architectural drawings are issued by the Engineer in Charge.
The contractor shall design and submit the complete structural drawings,
calculations, soft copies on CDs and two set hard copies for proof checking.
Proof check to be got done from any one of the Government Institute. (i) IIT
Madras, Chennai (ii) NIT, Trichy (iii) NIT, Surathkal, (iv) IISC, Bengaluru, (v)
NIT, Warangal(vi) Andhra University, Visakhapatnam, (vii) JNTU,
Hyderabad (viii) JNTU Kakinada (ix) IIT, Tirupati or any other Engineering
Colleges of repute as per approval of Engineer-in-charge. After getting the
proof checking done the contractor shall submit corrected and faired structural
drawings in two set soft copies on CDs and eight set hard copies. The
consultancy fees for proof checking shall be borne by the contractor.
PART B 156

18. The proof-checked structural drawings will be vetted by the competent


authority of CPWD and if any corrections are required as pointed out by the
competent authority of CPWD, the same shall be incorporated in the design and
the design and drawings modified should be suitably modified without any
extra cost. Also, the preliminary structural system shall be got approval from
the Engineer-in-charge before proceeding further with detailed structural
analysis and design.
19. All service drawings for Civil, Electrical, and Mechanical are to be submitted by
the contractor for approval of the Engineer-in-Charge. The contractor should
engage the specialist service consultant for the preparation of service drawings.
Note: Whether specifically mentioned or not, all the IS codes referred to above are to
be used with the latest edition and amendments upto the last date of submission
of the bid.
PART B 157

UNDERTAKING ON STRUCTURAL DESIGN

The following certificate is to be submitted along with the structural design before
acceptance of competent authority.

Name of work: Construction of 150 KLD Capacity Sewage Treatment Plant


including SITC of E&M works and distribution lines for treated
water at CRPF Campus, Kalikiri, Chittoor Dist., A.P.

1. It is to certify that the structural design and drawings including safety from
natural hazards like seismic, wind, fire etc., shall be prepared by duly qualified
Structural Engineer as per norms prescribed in NBC/B.I.S/I.R.C./
APPLICABLE RECOGNISED CODES/STANDARDS.

2. Further to certify that the structural Consultant hired by us for carrying out the
structural design shall have experience as mentioned below:
a) Faculty at any reputed Government Engineering College like
IIT/NIT etc.
Or
b) Under the panel list of CDO/CPWD (mention as the case may be)
Or
c) The structural consultant will have at least a degree of M.Tech
(Structure) or equivalent and has got an experience of 10 years or more
in the field of structural design of similar nature of works. Documents in
support of the above will be submitted before proceeding with the
design work for approval of the department.
d) The work will be executed as per the particular specifications forming
part of the tender/agreement.

Signature of the contract or with date -------------------

Name in Blocks letters ----------

Address ------------------------
PART B 158

LIST OF FIELD TESTS


i) Particle size and shape.
ii) Slump test.
iii) Flakiness & Elongation Index tests.
iv) Compressive strength (concrete or bricks) test.
v) Rebound Hammer test.
vi) Bulking of sand.
vii) Silt content of sand.
viii) Temperature measuring with thermometer with brass protected end 0-200 C.
ix) Proctor density of compacted earth.
x) Mix grading of DBM & BC.
xi) Thickness & density of compacted layer of DBM & BC.
xii) Pressure test of water supply lines.
xiii) Leakage test of water supply lines & sanitary stacks.
xiv) Any other tests as per CPWD specifications.
(TABLE-1)
Equipments for Testing of Materials & Concrete at Site Laboratory
All necessary equipment for conducting all necessary tests shall be provided at the site in the
well-furnished site laboratory of minimum 25 sqm area by the contractor at his own cost The
following minimum laboratory equipments shall be set up at site office laboratory: -
Sl. Numbers
Equipment
No. (Minimum)
1. Cube testing machine - 100MT compression testing machine, 1
electrical-cum-manually operated
2. Slump cone 2
3. Pumps and pressure gauges for hydraulic testing of pipes 2
4. Graduated glass measuring cylinder As per requirement
5. Sets of sieves for coarse aggregate 2
6. Sets of sieves for fine aggregate 2
7. Cube moulds size 70mmx70mmx70mm 5
8. Cube moulds size 150mmx150mmx150mm 18
9. Electronic balance 100kg 1
10. Physical balance weight up to 5kg 1
11. Measuring jars 100ml, 200ml, 500ml 2 Nos. each
12. Gauging trowels 100mm & 200 mm with wooden handle 2 Nos. each
13. Spatula 100mm & 200mm with long blade wooden handle 1 No. each
14. Vernier calipers 12” & 6” size 1 No. each
15. Digital PH meter least count 0.01 mm 1
16. Digital Micrometer least count 0.01mm 1
17. GI tray 600x450x50mm, 450x300x40mm 4 Nos. each
18. Screw gauge 0.1mm -10mm, least count 0.05 1Nos.
19. Thickness gauge for measuring flakiness index 1 No.
20. Elongation gauge 1 No.
21. Measuring cylinder 3,5-,10- & 15-liter cylinder 2 Nos. each
22. Motorized sieve shaker 1 No.
PART B 159

Sl. Numbers
Equipment
No. (Minimum)
23. Pruning Rods 2kg weight length 40 cm and ramming face 25 2 Nos.
Sqm.
24. Extra Bottom plates for 15 cm cube mould 6 nos.
25. Concrete temperature measuring thermometer with Brass 1 Nos.
protection sheath 0- 100 degree centigrade
26. Mortar Cube vibrator 1 No.
27. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 200 gm, 100 gm 1 No. each
28. Brass Weight of 50 gm, 20 gm, 10 gm, 5 gm, 2 gm, 1 gm 1 No. each
29. Hammer 1lb& 2lb 2 Nos. each
30. Soil Testing Equipment. As per requirement & as
decided by Engineer-in-
Charge.
31. Bituminous Road-Testing Equipment. As per requirement & as
decided by Engineer-in-
Charge.
32. Any other equipment for site tests as outlined in BIS and as As per requirement
directed by the Engineer-in-charge.
33. Tower Crane, Boom Crane of sufficient capacity As per requirement
Note:
1. The contractor has to establish within 21 days from the award of work a field laboratory
at site including all necessary equipments and skilled manpower for the Field Tests as
indicated in the tender document this own cost to have proper quality control.
Rs.5,000/-per day shall be recovered from the contractor for any delay beyond the
specified period. If contractor fails to establish lab within additional period of 15 days,
the Engineer in charge shall initiate action as deemed fit under relevant clauses of the
agreement.
2. A site laboratory with temporary structure of minimum 25 sqm area may be fabricated
at site by the contractor for accommodating above instruments and for conducting of
various tests for which no extra payment shall be made to the contractor.
3. One sample keeping room of minimum area of 20 sqm should also be fabricated at site
for keeping various material brought by the contractor at site and approved by the
Engineer-in-charge. No extra payment on account of this shall be made to the
contractor.
4. All the above structures should be decent looking and shall be fabricated as per
direction of Engineer-in-charge.
5. All the above structure shall be demolished after completion of work and the
dismantled material shall be the property of the contractor.
Third party quality assurance by technical team of any reputed institution such as
NCCBM/CBRI/IIT Chennai and like will be done and the report submitted by the
quality assurance team shall be communicated to the contractor by the Engineer-in-
charge. The contractor has to comply / rectify the defects/ shortcomings pointed out by
the quality assurance team at his own cost within the time specified by Engineer-in-
charge.
PART B 160

(TABLE – 2)
PLANT AND EQUIPMENT REQUIRED TO BE OWNED / TAKEN ON LEASE
BY THE CONTRACTOR
Sl.No. Equipment Numbers (Minimum)
1 Self-loading concrete mixer with digital print facility 1
of capacity not less than 1.00 cum per batch.
2 Excavator cum loader (JCB 3D model or equivalent) 1 No.
3 Compressor machine minimum 200 cfm with rock As per requirement and as
decided by Engineer-In-
breaker
charge.
4 DG set of capacity as per requirement 1
5 Needle Vibrators. 4
6 Plate Vibrators. 2
7 Reinforcement bending machine. 2
8 Reinforcement cutting machine. 2
9 Power driven earth rammer (Soil compactor). 2
10 Total station. 1
11 Auto level & staff. 1
12 Welding machine 400 Amere 2 Nos.
13 Tractor with trolley. 1
14 Water tanker. 2
15 Screener for coarse sand and fine sand 5
16 Centrifugal Mono block water pump minimum 3
Capacity 2 HP
17 Centering & Shuttering Minimum 1,000 Sqm
18 Double Scaffolding and staging materials As per requirement and as
decided by Engineer-In-
charge.
19 Floor grinding / polishing machines 2
20 Granite cutting machine 2
21 Ceramic / Vitrified tile cutting machine 2
22 Granite land polishing machine 2
23 Any other machinery required for completion of the As per requirement and as
work as per decision of Engineer-in-Charge. decided by Engineer-In-
charge.
Note:
(i) The above list is only indicative and not exhaustive.
The above plant and equipment are to be brought to the site within 60 days from the date of
issue of the Commencement order, failing which, a penalty at Rs.5,000/- per day delay in
the mobilization of equipment will be levied on the agency. Such penalty levied will be
recovered from the immediate next RA bill of the contractor. However, if the work is
completed within the stipulated date of completion, then the amount recovered will be
refunded without any interest payment.
PART B 161

(On non-judicial stamp paper of minimum Rs.100)


GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION IN RESPECT OF
WATER-PROOFING WORKS (All Water - Proofing Items).

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


only) ..............between ....................................S/o ...............................................(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 of the other part whereby the contractor inter alia
undertook to render the building and structures in the said contract recited completely
water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the effect


that the said structures will remain water/leak proof for (10) Ten years to be reckoned
from the date after the expiry of maintenance period prescribed in the Contract.
NOW THE GUARANTOR hereby guarantees that work executed by him will
render the structures completely leak proof and the minimum life of such water
proofing treatment shall be (10) 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 and binding on Guarantor.
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.
IN WITNESS 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.
..........................................
PART B 162

(On non-judicial stamp paper of minimum Rs.100)


GUARANTEE BOND TO BE EXECUTED BY THE CONTRACTOR
FOR REMOVAL OF DEFECTS AFTER COMPLETION
IN RESPECT OF uPVC DOORS, WINDOWS &VENTILATOR WORK/ ALUMINIUM
WORK / STRUCTURAL GLAZING/STAINLESS STEEL WORK

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


only) .............. between ....................................S/o ...............................................(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 of the other part, whereby the contractor
inter alia, undertook to render the work in the said contract recited structurally stable,
workmanship, powder coating, anodizing, colouring and sealing etc.
AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect
that the said work will remain structurally stable and guaranteed against faulty
material and workmanship, defective anodizing/ powder coating 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.
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 WITNESS 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. ....................................
PART B 163

GOVERNMENT OF ANDHRA PRADESH


ABSTRACT

Mines & Minerals - Amendment to the Rule 10 of the Andhra Pradesh Minor Mineral
Concession Rules, 1966 Orders - issued.
--------------------------------------------------------------------------------------------------------------------
INDUSTRIES AND COMMERCE (M.II) DEPARTMENT
G.O.MS.No. 11 Dated: 11-02-2020
Read the following:
1. G.O.Ms.No.198, Industries & Commerce (M.I) Dept., dt:13.08.2009.
2. GSR No.423 (E), dt: l0.02.2015 from the Ministry of Mines, Govt. of India, New
Delhi.
3. G.O.Ms.No.100, Industries & Commerce (M.II) Dept., dt:31.10.2015.
4. G.O.Ms.No.105, Industries & Commerce (M.II) Dept., dt:13.11.2015.
5. G.O.Ms.No.38, Industries & Commerce (M.II) Dept., dt:17.03.2016.
6. G.O.Ms.No.156, Industries & Commerce (M.II) Dept., dt:03.11.2016.
7. G.O.Ms.No.131, Industries & Commerce (M.II) Dept., dt:04.10.2017.
8. G.O.Ms.No.18, Industries & Commerce (M.II) Dept., dt:29.01.2018.
9. G.O.Ms.No.28, Industries & Commerce (M.II) Dept., dt:17.04.2018.
10. G.O.Ms.No.49, Industries & Commerce (M.II) Dept., dt:21.02.2019.
11. Proposal from the Director of Mines & Geology, vide e-file No: INC04-
17021(34)/1/2019-PLANNING SEC-DMG received by the Government on dt.
11.12.2019
***
O R D E R:
After careful examination of the proposal received from the Director of Mines &
Geology, Andhra Pradesh, Ibrahimpatnam in the letter 11th read above, the
Government hereby decided to amend the Rule 10 of Andhra Pradesh Minor Mineral
Concession Rules, 1966 for enhancing the existing Seigniorage fee and Dead Rent in
respect of Minor Minerals.
2. The following notification will be published in the Extra-ordinary issue of the
Andhra Pradesh Gazette, dated: 11.02.2020.
NOTIFICATION
In exercise of the powers conferred by sub-section (1) of section 15 of the Mines
& Minerals (Development and Regulation) Act, 1957 (Central Act 67 of 1957), the
Governor of Andhra Pradesh hereby makes the following amendments to the Andhra
Pradesh Minor Mineral Concession Rules, 1966 issued in G.O.Ms.No.1172, Industries
and Commerce Department, dated. 04.09.1967 and subsequent amended from. time to
time.
AMENDMENT
In the said rules, under Rule 10 for Schedules I and II, the following shall be
substituted, namely
PART B 164

"SCHEDULE-I"
RATES OF SEIGNIORAGE FEE

Sl. Name of the Minor Mineral Units Rate of Seignorage Fee


No. (in Rupees)
1. Agate M.T. Rs. 145 (Rupees One Hundred
and Forty Five)
2. Ball Clay M.T. Rs. 75 (Rupees Seventy Five)
3. Barytes
i. Grey Colour – A Grade M.T. Rs. 480 (Rupees Four Hundred
and Eighty)
ii. Grey Colour – B Grade M.T. Rs. 355 (Rupees Three Hundred
and Fifty Five)
iii. Grey Colour – C + D + Waste M.T. Rs.220 (Rupees Two Hundred
Grade and Twenty)
iv. White Colour M.T. Rs. 1100 (Rupees One Thousand
and One Hundred)
v. Of colour other than Grey M.T. Rs. 500 (Rupees Five Hundred)
4. Building Stone M3/M.T. Rs. 90/60 (Rupees Ninety /
Sixty)
5. Calcareous Sand M.T. Rs. 90 (Rupees Ninety)
6. Calcite M.T. Rs. 90 (Rupees Ninety)
7. Chalcedony Pebbles M3/M.T. Rs. 90/60 (Rupees Ninety /
Sixty)
8. Chalk M.T. Rs. 95(Rupees Ninety Five)
9. China Clay M.T. Rs. 60 (Rupees Sixty)
10. Clay (Others) M.T. Rs. 60 (Rupees Sixty)
11. Corundum M.T. Rs. 120 (Rupees One Hundred
and Twenty)
12. Diaspore M.T. Rs. 415 (Rupees Four Hundred
and Fifteen
13. Dimensional Stone used for M.T. Rs. 135 (Rupees One Hundred
Kerbs & Cubes and Thirty Five)
14. Dolomite M.T. Rs. 100 (Rupees One Hundred
15. Dunite or Pyroxinite M.T. Rs. 60 (Rupees Sixty)
16. Feldspar M.T. Rs. 100 (Rupees One Hundred)
17. Felsite M.T. Rs. 130 (Rupees One Hundred
and Thirty)
18. Fireclay M.T. Rs. 60 (Rupees Sixty)
19. Fullers Earth / Bentonite M.T. Rs. 180 (Rupees One Hundred
and Eighty)
20. Fuschite Quartzite M.T. Rs. 90 (Rupees Ninety)
PART B 165

21. Granite useful for cutting and polishing purpose


S. Item Unit Super Mini 270cm x Below
No Gang Gang 150cm 75cm
. Saw Saw & size
equal
equal and Below
and
above size
above
300cm x 270cm x
180cm 150cm
size size
i. Black Galaxy Granite Variety M3/ Rs.4600 / Rs.3680 Rs.3450 Rs.1550
MT Rs.1415 / / /
(Rs. Four Rs.1130 Rs.1060 Rs.480
Thousan (Rs. (Rs. (Rs. One
d Six Three Three Thousan
Hundred Thousa Thousa d Five
/ Rs. One nd Six nd Hundre
Thousan Hundre Four d Fifty /
d Four d Hundr Rs. Four
Hundred Eighty ed Fifty Hundre
Fifteen / Rs. / Rs. d
One One Eighty)
Thousa Thousa
nd One nd
Hundre Sixty)
d
Thirty)
ii. Black Granite other than Galaxy M3/ Rs.3450 / Rs.2875 Rs.2700 Rs. 1150
variety MT Rs.1150 / / /
(Rs. Rs.960 Rs.900 Rs.385
Three (Rs. (Rs. (Rs. One
Thousan Two Two Thousan
d Four Thousa Thousa d One
Hundred nd nd Hundre
Fifty / Eight Seven d Fifty /
Rs. One Hundre Hundr Rs.
Thousan d ed / Three
d One Seventy Rs. Hundre
Hundred -Five / Nine d
Fifty) Rs. Hundr Eighty-
Nine ed) Five)
Hundre
d Sixty)
iii. Colour Granite Srikakulam Blue, M3/ Rs. 3450 Rs.2875 Rs. Rs. 1150
Moon White River white of MT / / 2700 / /
Visakhapatnam Dist., Leptinites Rs.1255 Rs.1045 Rs. 980 Rs.420
of Coastal Dists., Black pearl of (Rs. (Rs. (Rs. (Rs. One
Prakasam and Guntur Dists. Three Two Two Thousan
Thousan Thousan Thousa d One
d Four d Eight nd Hundre
Fifty Rs. Hundre Seven d Fifty /
One d Hundr Rs. Four
Seventy-
Thousan ed / Hundre
Five /
d Two Rs. d
Rs. One
PART B 166

Hundred Thousan Nine Twenty)


Fifty- d Forty- Hundr
Five) Five) ed and
Eighty)

iv. Colour Granite of other varieties M3/ Rs.2700 / Rs.2470 Rs.2300 Rs.1150
MT Rs.985 / / /
(Rs. Two Rs.900 Rs.835 Rs.420
Thousan (Rs. (Rs. (Rs. One
d Seven Two Two Thousan
Hundred Thousa Thousa d One
/ Rs. nd Four nd Hundre
Nine Hundre Three d Fifty /
Hundred d Hundr Rs. Four
Eighty- Seventy ed / Hundre
Five) / Rs. Rs. d
Nine Eight Twenty)
Hundre Hundr
d) ed and
Thirty-
Five)
v. Kuppam Grey Granite available M3/ Rs.1925 / Rs.1650 Rs.1375 Rs.1100
in Santhipuram & Ramakuppam MT Rs.700 / / /
mandals of Chittoor District (Rs. One Rs.600 Rs.500 Rs.400
Thousan (Rs. (Rs. (Rs. One
d Nine One One Thousan
Hundred Thousa Thousa d One
Twenty- nd Six nd and Hundre
Five / Rs. Hundre Three d / Rs.
Seven d Fifty Hundr Four
Hundred / Rs. ed and Hundre
) Six Sevent d)
Hundre y-Five
d / Rs.
Five
Hundr
ed)
vi. Chittoor Colour Granite (Other M3/ Rs.1925 / Rs.1650 Rs.1375 Rs.1100
than Silver-waves, Madanapalli MT Rs.700 / / /
white and Iscon white) (Rs. One Rs.600 Rs.500 Rs.400
Thousan (Rs. (Rs. (Rs. One
d Nine One One Thousan
Hundred Thousa Thousa d One
Twenty- nd Six nd and Hundre
Five / Rs. Hundre Three d / Rs.
Seven d Fifty Hundr Four
Hundred / Rs. ed and Hundre
) Six Sevent d)
Hundre y-Five
d / Rs.
Five
Hundr
ed)
PART B 167

Sl. Name of the Minor Mineral Unit Rate of Seignorage Fee


No. (In Rupees)

22. Gypsum M.T. Rs. 150 (Rupees One Hundred and


Fifty)
23. Jasper M.T. Rs. 145 (Rupees One Hundred and
Forty-Five)
24. Kaolin M.T. Rs. 60 (Rupees Sixty)
25. Laterite
i. Dispatched for use in M.T. Rs. 200 (Rupees Two Hundred)
Alumina & Aluminium
metal extraction
ii. For use other than Alumina M.T. Rs. 100 (Rupees One Hundred)
and Aluminium metal
extraction and export
26. Lime Kankar / Lime stone M.T. Rs. 90 (Rupees Ninety)
27. Lime Shell M.T. Rs. 120 (Rupees One Hundred and
Twenty)
28. Limestone Slabs:
i. Color Sq.Mt Rs. 10 (Rupees Ten) per Sq. Mt
/ M.T.
ii. White Sq.Mt Rs.120 (Rupees One Hundred and
/ M.T. Twenty) per MT whichever is higher
iii. Black Sq.Mt Rs. 6 (Rupees Six) per Sq. Mt or Rs. 110
/ M.T. (Rupees One Hundred and Ten) per MT
whichever is higher.
29. Manufactured Sand M3/M. Rs. 90/60 (Rupees Ninety / Sixty)
T.
30. Marble M3/M. Rs. 300/120 (Rupees Three Hundred /
T. One Hundred and Twenty)
31. Mica
i. Crude M.T. Rs.2000 (Rupees Two Thousand)
ii. Scrap M.T. Rs. 750 (Rupees Seven Hundred and
Fifty)
32. Morrum / Gravel & Ordinary M3/M. Rs.45 / 30 (Rupees Forty-Five / Thirty)
Earth T.
33. Mosaic Chips M.T. Rs. 90 (Rupees Ninety)
34. Ochre M.T. Rs. 60 (Rupees Sixty)
35. Ordinary Clay, Silt and Brick Rs. 8000 (Rupees Eight Thousand Per
Earth used in the Manufacture Kiln per Annum for Bricks and Tiles)
of Bricks including Mangalore
Tiles
36. Ordinary Sand M3/M. Rs. 100 / Rs. 66 (Rupees One Hundred
T. / Rs. Sixty-Six)
37. Pyrophillite M.T. Rs. 200 (Rupees Two Hundred)
38. Quartz M.T. Rs. 90 (Rupees Ninety)
39. Quartzite M.T. Rs. 90 (Rupees Ninety)
40. Rehmati M3/M. Rs. 35 / 25 (Rupees Thirty-Five /
T. Twenty-Five)
41. Road Metal / Ballast M /M.
3 Rs. 90 / 60 (Rupees Ninety / Sixty)
T.
42. Rough Stone / Boulders M3/M. Rs. 90 / 60 (Rupees Ninety / Sixty)
T.
43. Sand (Others) M.T. Rs. 100 (Rupees One Hundred)
PART B 168

Sl. Name of the Minor Mineral Unit Rate of Seignorage Fee


No. (In Rupees)

44. Shale M.T. Rs. 180 (Rupees One Hundred and


Eighty)
45. Shingle M3/M. Rs. 90 / 60 (Rupees Ninety / Sixty)
T.
46. Silica Sand M.T. Rs. 100 (Rupees One Hundred)
Sl. Name of the Minor Mineral Units Rate of Seignorage Fee
No. (in Rupees)
47. Slate M.T. Rs. 175 (Rupees One Hundred and
Seventy-Five)
48. Steatite or Talc or Soapstone
i. Filler Grade M.T. Rs. 100 (Rupees One Hundred)
ii. Other Grade M.T. Rs. 550 (Rupees Five Hundred and
Fifty)

SCHEDULE-II
RATES OF DEAD RENT
S. Name of the Minor Mineral Rate of Dead Rent
No. per hectare per
annum (In Rupees)
1 Black Galaxy Granite and Black Granite Rs. 1,30,000/-
(Rs. One Lakh
Thirty thousand)
2 All Colour Granite varieties Rs. 1,30,000/-
(Rs. One Lakh
Thirty Thousand)
3 Limestone other than classified as major minerals used for Rs. 65,000/-
lime burning for Building construction purpose, marble, (Rs. Sixty-Five
boulders, building stone including stone used for Road Thousand)
Metal, Ballast, Manufactured sand, concrete & other
construction purpose, Shale, Slate & phyllites, Mosaic
Chips, Fullers Earth/ Bentonite &Dimensional Stone Used
for Cubes and kerbs
4 Gravel, Morrum, Ordinary Earth, shingle, Limestone Slabs Rs. 52,000/-
used for flooring purpose Limekankar, Chalcedonypebbles (Rs. Fifty Two
used in the building purpose Limeshell for burning used Thousand)
for building purpose and Rehmati.
5 Barytes and Laterite Rs. 26,000/-
(Rs. Twenty Six
Thousand )
6 Agate, Corundum, Diaspore and fluorite Rs. 20,000/-
(Rs. Twenty
Thousand )
7 Mica Rs. 15,000/-
(Rs. Fifteen
Thousand )
8 All minor minerals which are not covered under Serial Rs. 20,000/-
number 1 to 7 above. (Rs. Twenty
Thousand )
PART B 169

3. This order shall come in to force with immediate effect.

4. This order issues with the concurrence of Finance Department vide their U.O No.
FMUOASD(IC)/. 2019-FMU-IIEIC, dt. 09.01.2020 (computer No 1063684)

[BY ORDER AND IN THE NAME OF THE GOVERNOR OF ANDHRA PRADESH]

K. RAMGOPAL
PRINCIPAL SECRETARY TO GOVERNMENT
(MINES)
To
1. The Commissioner of Printing , Stationary & Store purchase (Ptg. Wing),
Vijayawada. (He is requested to publish the above notification in the Extra-
ordinary issue of Andhra Pradesh, and arrange to send 1000 copies of the same
to Govt. Ind. & Com. (M.II) Department).
2. The Director of Mines & Geology, Andhra Pradesh, Ibrahimpatnam.
3. The Chief Executive Officer, SERP, Vijayawada.
4. All the Joint Director/ Deputy Director / Asst. Director of Mines & Geology
through the Director of Mines & Geology, Ibrahimpatnam.
Copy to:
1. The Secretary to Govt. Ministry of Mines, Govt. of India, Shastry Bhawan, New
Delhi.
2. The Law Department / The Finance Department.
3. The P.S to Minister for Mines & Geology. / The PS to Prl. Secretary to Govt,
(Mines).
4. SF/SC (e-file NO. INC04-17021(34)/1/2019-PLANING SEC-DMG, Comp. No.
1052464).
Note:
Rates of Seigniorage fee mentioned above in Schedule I & II is for guidance
only and Royalty / Seigniorage fee, DMF, MERIT etc., shall be deducted from the
running / final bills of Contractor as per the updated Seigniorage fee intimated by
the Industries and commerce (M.I) department, Government of Andhra Pradesh,
from time to time and nothing extra shall be payable in this regard and no claim in
this regard shall be entertained.
PART B 170
PART B 171

GOVERNMENT OF ANDHRA PRADESH

ABSTRACT

Mines & Minerals–Levy of Consideration amount on all Minor Minerals in Addition to


the Seigniorage Fee, DMF and MERIT–Orders–Issued.

INDUSTRIES&COMMERCE(M.III)DEPARTMENT
G.O.MS.No.42 Dated: 07-06-2021
Read the following;

1. G.O.Ms.No.29,Ind.&Com.(Mines-II)Dept.dated15.02.2017
2. G.O.Ms.No.21,Ind.&Com.(Mines-III)Dept.dated25.03.2021
3. FromtheDirectorofMines&Geology,singlefileNo:4072/P/2021
****
ORDER:

Government, vide G.O.1st read above, have included a pre-emption clause to direct
the lessees to sell minerals to the processing industries duly paying the Consideration
Amount in addition to Seigniorage Fee, Contribution to DMF and MERIT to the State
Government.

2. In the G.O., 2nd read above, Government have ordered that the Silica Sand lease
holders shall also pay Consideration Amount of Rs.212/- per ton to the State
Government in addition to the Seigniorage Fee, DMF and MERIT and to use the
collected fund for the purposes as specified therein.

3. The DM&G, AP., in the single file 3rd read above, while referring to the
recommendations of the State Level Core Committee and keeping in view
thesuggestionsmadeduringreviewmeetingsonMineralRevenuereceiptsandPolicyaspe
ctsofDepartmentofMines&Geology,hasrequestedtheGovernmenttoissueofnecessaryor
dersforlevyofconsiderationamount,onthesimilarlinesofSilicaSandordersissuedvideG
O2ndreadabove,onthelease holders in addition to the Seigniorage Fee, DMF and
MERIT, duly fixing it as one time of Seigniorage fee for all minor minerals other than
granite and 0.5 time of Seigniorage fee for granite, since it is high value
mineral(Seigniorage fee ranges from Rs.3,452 to Rs.4,600 per cum) irrespective of the
mode of grant of leases.

4. Government, after careful examination of the proposal of the DM&G, AP, in


terms of orders issued vide GO 1st read above, and on the similar lines of the orders
issued vide GO 2nd read above, hereby levy consideration amount, on the lease
holders, in addition to the Seign.Fee, DMF and MERIT, @ onetime of Seigniorage fee
for all minor minerals except granite and @0.5 time of Seigniorage fee for granite,
irrespective of the mode of grant of leases. The funds collected shall be used for the
following purposes:
i. To mitigate the impact of disaster and epidemic;
ii. To provide the rehabilitation/employment of informal workforce;
iii. to create all such infrastructures in the field of Cottage / village
Industries, MSME generating employment and mitigating the hard
PART B 172

ships caused due to loss of jobs due to the pandemic;


iv. to augment the existing health infrastructures;
v. to establish the community shelters/dormitories/kitchens/food
securities etc;
vi. to provide all such necessary help/logistic support for proper
cultivation to the Agriculturist;
vii. toprovidenecessarylogisticsupportformarketabilityofAgriculture
produces;
viii. to provide all necessary assistance/support to all such informal
workforce, casual/migrant workforce, persons, who suffered loss of
employment or suffered pecuniary losses during the epidemic;
ix. to augment other welfare schemes in the State or and for all such
other purposes as the Government may specify, from time to time in
the State.

5. The Director of Mines & Geology, A.P., shall take necessary action accordingly in
the matter.

(BYORDERANDINTHENAMEOFTHEGOVERNOROFANDHRAPRADESH)

GOPAL KRISHNA
DWIVEDIPRINCIPALSECRETARY
TO GOVERNMENT(M)

To
The Director of Mines & Geology, AP, Ibrahimpatnam, Vijayawada.(w.e.file) All the
District Collectors in the State.
The VC&MD, M/s APMDC Ltd, Kanur,
Vijayawada. Copy to:
The OSD to Hon’ble Minister (Mines &
Geology) The PS to Prl. Secy. To Hon’ble CM
The PS to Secretary to Govt (Mines)The Finance Department SF
/SC(CompNo:1420114)

//FORWARDEDBYORDER//

SECTIONOFFICER
PART B 173

Standard Operating Procedures (SOPs) and Guidelines for Construction Sites for
COVID-19 Outbreak

The agency shall follow the below mentioned standard operating procedures and
guidelines scrupulously at the construction site to contain the outbreak of COVID-
19, failure to adhere to the SoPs issued by CPWD and other orders & Guidelines
issued by Various Governments(Govt. of India and/or Govt. of AP and/or Dist.
Administration or Local Govt.) from Time to Time will result in levy of
nonrefundable penalty of Rs.5000/- per day on the agency by Engineer-in-charge
which shall be final and binding on the contractor. The quoted rates shall inclusive
of all such required measures and materials like Soaps, Detergents, Sanitizers,
Disinfectants, Masks, Gloves and other personal protection equipment’s to contain
COVID-19 and nothing extra shall be paid. All such penalties shall be recovered
from the respective Running account bills of the contractor.
In response to COVID-19 outbreak, the following Standard Operating Procedures
(SOPs) and guidelines to ensure safety of construction site workers are issued for field
units. In addition to trained Supervisor (s), a Site Safety Representative (SSR) will be
deployed at every site, to ensure the safety guideline is 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. if 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 documented 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.
13. Areas with a probability of bigger gathering, for e.g., cleaning area, toilets etc.
should be identified and all arrangements should be made to ensure social
distancing.
PART B 174

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. If 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. In 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.
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 214 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. Machinery, 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-ouch waste bin with disposable garbage bag should be installed for waste
collection at all common access areas.
PART B 175

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.
d. Emergency protocol in case of detection of symptoms of COVID 19 to be
observed by Project Manager of Contractor
1. immediate shift worker to isolation room. inform the Engineer-in charge 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 rumors and take strict action against those who spread it.
e. Responsibility of various stakeholder

Responsibility of various stakeholders shall be as below

Sl.
Designation Responsibility
No.
1 CPWD Nodal officer To coordinate efforts on behalf of Engineer in
as Designated by Charge and ensure compliance of these SOPs. He
Engineer in Charge shall send a daily confirmation of compliance of
SOPs.
2 Project Overall responsibility of ensuring compliance of
Manager of procedure and precautions in SOP.
Contractor To submit daily compliance report to CPWD Nodal
officer
To designate a senior person as COVID Marshal
and form a team under him
3 COVID To exclusively look after the implementation of all
Marshal the precautions and procedure at work site and
(Nodal labour camps
Officer) 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
PART B 176

Annexure 1
COVID-l9 (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:
Country City/Village Date Arrived/Since Date departed
when you have 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 ever been quarantined due to a possible exposure to novel coronavirus
(SARS-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)
. Rhinorrhoea (mucus discharge from the nose)
. Sore throat
. Gastro-intestinal symptoms such as nausea, vomiting and/or diarrhoea
If yes, to any of these, please indicate which and provide full information.
6. Are you currently in good health?
YES NO
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
PART B 177

Annexure 2
PPE and Other material requirement

Sl. List of Items


At Stores At workmen
No. (Personal At office
camp
Sanitization)
1 Hand Sanitizer 1 bottle (500m1) 1 bottle 2 bottle (500m1) at all
(min 60% at all entrances (500m1) at all entrances and to be
alcohol) and to be refilled entrances and refilled on regular basis
on regular basis to be refilled
on regular
basis
2 Alcohol based To be made To be made 2 bottle (500m1) at the
Soap Solution available on available on front side of each camps
demand demand visible & easy to access
along with water
availability for washing.
Need to be refilled on
regular basis
Soap (100 gm) 1 No in each 1 No. to be distributed to
toilets and each
wash basins Contractor workman once
in a
week.

Sl. List of Personal Protective


Scope
No. Equipment (PPEs)
1 Nose Mask & Paper Tissues For all workmen (daily one for at least one
month
2 Face mask/Face shield/Goggles For workmen involved in
disinfection/sanitization activity (new one
to be issued for each day activity and
COVID Marshal
3 Gloves (Nitrite) For workmen involved in
disinfection/sanitization activity (new one
to be issued for each day activity)
4 Coverall/Gowns (Nitrite) For COVID Marshals and workmen
involved in disinfection/sanitization
activity (new one to be issued for each day
activity)
PART B 178

LIST SHOWING PREFERRED BRANDS/ MANUFACTURERS/MAKES


NOTE: - 1) 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 or in other unavoidable
circumstances and subject to Approval of the alternate Brand by the Engineer-In-
charge. However, in case, the equivalent model so approved, is cheaper than the model
already mentioned in item/approved makes list, the price adjustment will be made
based on the difference in market rate. In case, the rate of subsequently approved model
is more, no extra payment will be made on this account.
2) 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.
3) 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, the products shall be used. To achieve this, proper check on the quality of
the product, actually to be used, should be exercised.
4) The Chief Engineer, CPWD, Vijayawada reserves the right to add or delete any
materials and brands in the list of approved makes. However, in case, the equivalent
model so approved, is cheaper than the model already mentioned in item/approved
makes list, the price adjustment will be made based on the difference in market rate. In
case, the rate of subsequently approved model is more, no extra payment will be made
on this account.

Sl.
Material Description Brand Makes *
No.
A B Dinesh A B Dinesh
Areocon HIL
Bilt Bilt
Ecorex Ecorex
Fastbuilt Fastbuilt
Kncrete Koncrete
NCL NCL VEKA Ltd.
Nucon Green Way building materials
India Pvt. Ltd.
1 AAC Blocks
Renacon Renaatus Procon Pvt. Ltd.
Siporex SIPOREX
Xtralite Ultra Tech Cement Ltd
SMART BRIX M/s Smart Brix Infra
Technology Pvt. Ltd.,
Jaggaiahpet Mandal, Krishna
District, A.P. - 521175
Fusion Brand M/s Fusion Building Materials
(Vizag) Private Limited
PART B 179

Sl.
Material Description Brand Makes *
No.
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.
Ardex endure Ardex endure
Actativ Bitumat Co Ltd Bitumat Co Ltd
polypropylene (APP) Ferrous crete Ferrous Crete (India) Pvt Ltd
3
Modified water proof Hydrotech ltd Hydrotech ltd
membrane Pidilite Pidilite industries
STP Shalimar tar products
Asian Tractor Premium Asian paint
emulsion
Berger (BISM) Berger Paints
4 Acrylic emulsion Dulux (Super Cover) ICI Dulux
Nerolac (Beauty Gold) Nerolac
SURFA M/s Surfa Coats (India) Pvt.,
Ltd., Bangalore
Apex (ACE) Asian Paints
Berger Berger
Dulux ICI duLux
Acrylic smooth
5 Nerolac Nerolac
exterior paint
Nippon Nippon
SURFA M/s Surfa Coats (India) Pvt.,
Ltd., Bangalore
Apex Duracast Asian Paints
Asian paints Asian Paints
Acrylic textured
6 Heritage Heritage Rajkamal Group
plaster
Nerolac Nerolac
Spectrum paints Spectrum paints Ltd.
Akzonobel Akzonobel
Asian paints Asian paints
Acrylic exterior
7 Berger Berger paints India ltd
Texture
Ebco Ebco
Nerolac Nerolac paints Ltd.
Asian Paints Asian Paints
CICO CICO Industries
Dunlop India Tyre & Rubber Co (India)
Ltd.
8 Adhesive
Finical Pidilite Industries
Proofex of Adhesive FOSROC India
Sika Sika India Pvt. Ltd
Vamorganic Vamorqanic Ltd.
PART B 180

Sl.
Material Description Brand Makes *
No.
AC-Tile Bond-N Apple Chemie(I) Pvt. Ltd
Ardex Endura/Gold Ardex Endura
star
Adhesive for AAC Ferrous Crete Ferrous Crete (India) Pvt Ltd
9
Block/Tiles Tile Adhesive Plus Berger Paints
Ultra tech Ultra tech cement ltd
Cool grills Cool grills, Pune
10 Air transfer grills Systemair India Systemair India Pvt Ltd.
Kartar Kartar valves private Ltd.
11 Air release valve Kirloskar Kirloskar brothers Ltd.,
RBM AFS Ltd
Bhoruka Bhoruka Aluminium Ltd.,
Hindalco Hindalco Industries Ltd..
Hydro Hydro Extrusion
Aluminium
INDAL Indian Aluminium Ltd.,
12 doors/windows
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.
Everite Everite Agencies
Hardima Hardima sales corporation
Aluminium system/ Jyothi Jyothi industries
Anodised Aluninium Kawneer Kawnear India
13
fittings for Schueco Schueco India Pvt. Ltd.,
doors/windows
Sigma Sigma Corporation
CROWN M/s Crown Industries
Global M/s Aluminium Udyog, New
Delhi (for non-ferrous metal
hardware)
Alpolic Alpolic
Alstone Alstone
Alstrong Alstrong
Alex panel M/s Alex Panels
Alucobond 3A composites India Pvt Ltd.
Aluminium Aludecor M/S Aludecor lamination Pvt
14
composite panels ltd.
Eurobond M/S Euro panel products Pvt
ltd.
Eurobond Eurobond pvt Ltd.
Hynadecor Hynadecor
Reynobond Reynobond
PART B 181

Sl.
Material Description Brand Makes *
No.
ALUTECH M/s Alutech Industries, New
Delhi
VIRGO M/s VIRGO Laminates Ltd.,
Chandigarh
MFE (MIVAN) (MIVAN)
Aluminium
15 MFS MFS
framework
S-form S-form
Anchor Anchor Ltd.
BOSCH BOSCH Ltd.
Canon Canon
Fischer Fischer India
Anchor/ SS Stone
Helfen Helfen Gmbh
16 Cladding Clamps/
Dash fasteners Hilti Hilti India Pvt. Ltd.
Nutech Nutech Concrete Products Pvt.
Ltd.
Trixel Axel India Pvt. Ltd.
Wurth Wuerth India Pvt. Ltd.
Bergar Berger paints India Ltd
Anti corrosive bit
17 Bituminous black Asian Paints
mastic paint
Shalimar Shalimar paints India Ltd.
Alu Alpha Alu Alpha India
Dorma Dorma India Pvt. Ltd.
Butt Hinges openable Dorset Dorset Industries Pvt. Ltd.
18
window shutters Earit Bihari Earit Bihari India Pvt. Ltd.
Hafele Hafele India Pvt. Ltd.
Helix Helix India
AMITEX AMITEX Enterprises, Delhi.
Eco green Flooring Jupiter Traders Bangalore.
Floor India Flooring India Company,
Bamboo Wood Panipat, Haryana.
19 Flooring and wall FLOSTO Tanks Devi Polymer Pvt. Ltd.,
paneling. Chennai.
VIVANTA VIVANTA Enterprises,
Mumbai.
EPITOME M/s Mutha Industries Pvt. Ltd.,
Mumbai
Ambuja Cement Ambuja Cements Ltd.
ACC ACC Cements Ltd
Bharathi Bharathi Cement Corporation
Ltd.
Cement
20 Birla Birla Corporation Ltd
OPC / PPC
Century Cement Birla Gold Cement
Chettinad Chettinad Cements Corporation
Ltd
Coromandal India Cements Ltd.
PART B 182

Sl.
Material Description Brand Makes *
No.
Dalmia Dalmia Cement Bharat Ltd.
Jaypee Cement Jaypee Cement Ltd
J.K. Cement J.K. Cement Pvt. Ltd.
Konark Cement Konark Cement
Maha Cement Myhome Industries Pvt. Ltd.
Penna Cement Penna Cement Industries Ltd.
Ramco Cement M/s Ramco Cement ltd.
Shree Cement Shree Cement
Ultra Tech Ultra Tech Cement Ltd
Zuari Zuari Cement Limited
Nagarjuna Cement M/s NCL Industries ltd.,
Secunderabad
NU VISTA / M/s NU Vista Ltd. (Formerly
INFRACEM M/s Emami Cements Limited)
SAGAR CEMENTS M/s SAGAR Cements Ltd.,
Hyderabad
Anjani M/s Anjani port land Cement
Ltd., Hyderabad
JSW M/s JSW Cement Ltd., Mumbai
Dazzle Dazzle Designer tiles Pvt Ltd
Eurocon Eurocon tiles india
Hindustan tiles Hindustan tiles, Ranchi Pune
NTC NTC Parking tiles
Cement Concrete NITCO NITCO Ltd
21
Parking Tiles Poddar Poddar Udyog
Ultra Ultra tile private Ltd
CEMTECH M/s Cemtech Tiles, Uppal,
Hyderabad
DEC M/s DEC Industries (P), Ltd.
Altek NCL Alltek & seccold Ltd.
Ardex Endura Ardex Endura India Pvt. Ltd.
Asian paints Asian paints Ltd
Berger Berger
Cement based wall
22 Birla Wall Care Birla Cements Ltd.,
putty
Ferrous Crete Ferrous Crete (India) Pvt. Ltd
J.K wall putty J.K. Cement Ltd
DEC M/s DEC Industries Pvt. Ltd.,
Hyderabad
Bison Bison Group
23 Cement Board
Everest Everest Techno polis
Asian paints Asian Paints
Berger Berger paints India Ltd.
24 Cement Primer JK Primaxx JK Cement Ltd
SURFA M/s Surfa Coats (India) Pvt.,
Ltd., Bangalore
PART B 183

Sl.
Material Description Brand Makes *
No.
Kapilansh Kapilansh Dhattu Udyog (P)
Ltd.
NECO Jayaswal NECO Ltd.
Centrifugal Hubless
Raj (RPMF) Raj Pattern Makers and
25 Cast Iron Pipe &
Founders Pvt.,Ltd.
Fittings
SKF Singhaliorn Foundary Pvt.,Ltd.
BIC M/s Bengal Iron Corporation,
Kolkata
Electrosteel Electrosteel castings Ltd.
Centrifugally (Spun) Jindal Jindal saw Ltd.
26
cast Iran Kesoram Kesoram Industries ltd.
Lanco / Sripipes Electrosteel castings Ltd.
Bengal Iron Bengal Iron Corporation
Corporation
HEPCO HEPCO
Centrifugally Caste Kapilash Kapilash Dhatu Udyog (P) Ltd.
27
(Spun) Iron Soil Pipe Neco Jayaswal Neco Ltd
RPMF Raj Pattern Makers and
Founders Pvt. Ltd
SKF SKF industries
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 shield PW
28
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 Sunanda speciality coating Pvt
coating Ltd.
DURSBANTCT DE-NOCIL Ltd.
HILBAN Hindustan Insecticides Ltd.
NOBAN Chemtts Wets & Flows Pvt. Ltd
29 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.
CI double flange
30 Kartar Kartar valves private Ltd.
sluice valve
Kirloskar Kirtoskar brothers Ltd.
Leader leader valves Ltd
PART B 184

Sl.
Material Description Brand Makes *
No.
RBM AF-S LL
Zoloto Zoloto Industries
Fluidtech Fluidtech
CI double flangad non
31 Kirloskar Kirloskar Brothers Ltd.
raturn valve
Zoloto Zoloto Industries
BIC Bengal iron corporation
HEPCO HEPCO India
Neco Jayaswal Neco Ltd..
32 CI Manhole cover
RPMF M/s Raj Pattern Makers &
Founders Pvt. Ltd.
SKF SKF Industries
Fischer Fischer India
Clamp, Rebar,
33 Hilti Hilti India Pvt.Ltd.
Chemical fastener
Wurth Wuerth
CERA M/s Cera Sanitaryware Ltd.
ESS Bathsense & Royal Asian Paints Ltd.
Hindware HSIL Ltd.
Jaquar Jaquar Group
34 C.P.Brass Fittings Johnson Prism Johnson Ltd.
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 HIL Pipes HIL Ltd.
Finolex Finolex Industries Ltd.
Flowgard Flowgard
Prince Prince Pipes and finttings Ltd,
CPVC pipe and Supreme Supreme Industries Ltd.
35
fittings Truflo HIS Ltd.
SENTINI M/s Sentini Flopipes India Pvt.
Ltd, Hyderabad
DEC M/s DEC Industries Pvt. Ltd.,
Hyderabad
SUDHAKAR M/s Sudhakar Irrigation
Systems Pvt., Ltd.
AKG M/s AKG Extrusions Pvt Ltd.,
Alu Alpha Alu Alpha India
Dorma Dorma India Pvt. Ltd.
36 Concealed tower bolt
Dorset Dorset Industries Pvt. Ltd.
Ingersolrand Ingersolrand (India) Ltd.
ACCO Proof ACC Cements Ltd
37 Damp Proof material
Asian Paints smart care Asian Paints Ltd.
PART B 185

Sl.
Material Description Brand Makes *
No.
damp proof
BASF BASF India Ltd.
CICO CICO Industries
Dr. Fixit Pidilite Industries
Duraseal Apurva India Pvt. Ltd.
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
SIKA Sika India Pvt. Ltd.
Weather Coat Roof Berger Paints India Ltd.
Guard
Electro steel Electro steel
Jindal Jindal
38 DI Fittings Kapilansh Kapilansh
Keshoram Keshoram
Tata Ductura Tata Ductura
Electrosteel Electrosteel
Jindal Jindal
39 DI Pipes
Keshoram Keshoram
Tata Ductura Tata Ductura
Amstrong Amstrong flooring
Mikasa Real wood Grean Lam Industries
floors
Engineered wood
40 New wood Naw Wood India ltd
floor
Pergo Red floor India
Dura floor wemer GmbH
Werner
Amee Rubber Amee Rubber industries Pvt Ltd
Anand Anand NVI-I products (P) Ltd.,
Bohra Bohra rubber Pvt Ltd..
41 EPDM Gaskets
Hanu Hanu Industries
Roop Roop Polimers Ltd.,

Ferrous Crete Ferrous Crete (India) Pvt Ltd


Fosroc Fosroc India
EPDM water proofing
42 Pidilite Pidilite Industries
Membrane
Smart care Asian paints
STP Shalimar tar products
Ardex Ardex Endura Ltd.
43 Epoxy
Asian paints Asian paints
PART B 186

Sl.
Material Description Brand Makes *
No.
CICO Poxy CICO Technologies Ltd.
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.
Nerolac Nerolac
44 Epoxy Paint
Shalimar Shalimar paints India Ltd.
STP Ltd. Shalimar Tar Products
M/s Sunanda Specialty coatings
SUNANDA Pvt. Ltd., Mumbai
Ardex Endura Ardex Endura India Pvt. Ltd
BASF BASF India Ltd.
Epoxy tile joint
45 Ferrous Crete Ferrous Grete (India) Pvt. Ltd
cements
Fosroc Fosroc indd
Laticrete MYK Laticrete India
Dura Board HD100 Supreme Industries
Expansion Joint
46 DURAFILL Supreme Industries
Bitumen board
STP Shalimar Tar Products
Aerolite Andhra Polymers Pvt.
Ltd./Aarolite lndustnas Pvt.
Ltd.
Armstrong Armstrong Wond Indusvies
Diamond (GRG Ceiling Diamond International Inex Pvt.
Tiles) Ltd.
47 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
DEC M/s DEC Industries (P) Ltd.,
Hyderabad
Aerolite Andhra Polymers Pvt.
Ltd./Aarolite Industries Pvt.
Ltd
Anutone Anutone Accoustics Ltd.
False ceilings
Members (Perimeter, Armstrong Amstrong World lndustries
48 Ceiling section, Gridsquare Gridsquare Ceilings
intermediates, angles Hunter Dougals Hunter Dougals
etc.,) Knauf Knauf Gypsum India Pvt. Ltd.
Saint Gobain Gyproc Saint Gobain Gyproc India
USG Boral USG Boral
DEC M/s DEC Industries (P) Ltd.,
PART B 187

Sl.
Material Description Brand Makes *
No.
Hyderabad
Access floor sytem Access Floor system
Hewetson Hewetson India
Kebao Inner Space (Distributors)
49 False Floor
PINNACLE PINNACLE
Unifloor Unifloor India Ltd.
Unitile Unitile office systems Pvt. Ltd.
Backers FS Backers FS
Dorma Dorma India Pvt. Ltd.
50 Fire Rated hardware Dorset Dorset Industries Pvt. Ltd.
Geze Geze GMBH
Ingersolrand Ingersolrand (India) Ltd.
Contra Flam / Saint Gobain India Pvt. Ltd.
Pyroswiss of Saint
Gobain
51 Fire rated glass Pilkinton Pilkinton India
Promat Promat Fire & Insulation (P)
Ltd.
Pyran of Schott Schott glass India Pvt. Ltd.
Akzonobel Dulex Akzonobel Paints
Asian paints Asian Paints
52 Fire retardant paint Htlti Hilti India Pvt. Ltd.
Jotun Jotun paints
STPL Ltd. STPL Ltd.
Atroflame Atroflame ltd.
Hilti Hilti India Pvt. Ltd.
53 Fire Smoke Seal Promat Promat Fire & Insulation (P)
Ltd.
Raven Raven Global
Saint Gobain Saint Gobain India Pvt. Ltd.
Asahi Asahi India Glass ltd.
Pilkinton Pilkinton India
54 Float Glass,
Modiguard Gujarat Guardian Ltd.
Gold Plus M/s Gold Plus Glass Industry
Ltd., New Delhi
Arco Arco valve Pvt ltd
IBP IBP industries
Float Valve (Ball
55 Leader Leader valve Ltd
valve)
Prayag Prayag Polymers Pvt Ltd.
Zoloto Zoloto industries
Dorma Donna lndia Pvt Ltd.
Floor spring (For non GEZE GEZE GmbH
56
DSR Items) Ingersolrand lngersolrand India Pvt Ltd
OZONE Ozone Hardware.
PART B 188

Sl.
Material Description Brand Makes *
No.
Bath sense Asian Paints
CERA CERA Sanitary ware Ltd.,
Hindware HSIL Ltd,
57 Flushing Cistern Jaquar Jaquar Group
Kohler Kohler
Parryware ROCA Bath Pvt. Ltd.,
Somany Somany
Concerned CE/SE’s will approve based on local
58 Fly ash cement bricks
availability.
Ambieance Ambieance
Cactus Cactus
Duroplast Duroplast Extrusion pvt ltd.
Jain doors Pvt. Ltd. Jain doors Pvt. Ltd.
FRP Door Frames &
59 Jayna Jain wood industries
shutters
Meena fibre glass Meena fibre glass
Polyline Polyline
DEC M/s DEC Industries Pvt. Ltd.,
Hyderabad
Earl Bihari Earl Bihari Pvt. Ltd.
60 Friction stay hinges
KINLONG Kinlong lndustriss
Everlast Composites Everlast Composites Pvt.,Ltd.
Fibrocast Fibrocast FRP cover
61 FRP covers
manufacturer
Thermodrain Poly products (I) Pvt.,Ltd.
Bhushan Bhushan steel
Essar Essar Group
Galvalume sheet for JSW JSW
62 roofing, cladding,
Llyod metal craft Llyod Insulation
sandwich panel
Tata Blue Scope Tata Blue Scope
BIRLA AEROCON M/s HIL Ltd.
Jenco Jenco Group
63 Galvanising Karamtara Karamtara Engineering Pvt.,Ltd.
Steel liteS Galvanized Steel Ltd.
HB HB Industries
ICS Sgree samarth Englnears
Surya Surya Roshni Ltd.
64 G I Pipe fittings
TATA TATA Steel Ltd.,
Unik Unik malleable
Zoloto Zoloto Industfiea
HISSAR HISSAR
Jindal Jindal Pipes Ltd.,
65 G.I. Pipes
Surya Surya Roshni Ltd.
TATA TATA Steel Ltd.,
PART B 189

Sl.
Material Description Brand Makes *
No.
Zenith Zenith Birla (India) Ltd.
Classic Classic Hardware
Dorma Dorma India Pvt. Ltd.
Dorset Dorset Industries Pvt. Ltd.
Geze Geze GMBH
66 Glass door hardware Godrej Godrej
Hafele Hafele India Pvt. Ltd.
Kich Kich Architectural Products Ltd.
Ozone Ozone Hardware
Squash Squash glass doors
Birla White Birla Corportion Ltd.
Bisazza Bisazza Italy
Coral Coral tiles
Italia Tie italia mosaic Pvt Ltd
67 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.
Orient Bell Orient Bell Ltd.
Glazed Ceramic tiles RAK RAK Ceramic India Pvt. Ltd.
68
(Also wall tiles)
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 Murudeswar Ceramics
Ltd., Bangalore
Orient Bell Ltd M/s Orient Bell ltd
Ecovision Ecovision Industries Pvt ltd.
Mahesh GRC Mahesh Prefab Pvt Ltd.
69 GRC Jali & Tile Terrafirma Terrafirma GRC Industries
Unistone Unistone Interiors Pvt.,Ltd.
DEC M/s DEC Industries (P) Ltd.
GRP/SMC Panel AMITEX AMITEX Enterprises, Delhi.
70
Tank (New product in FLOSTO Tanks Devi Polymer Pvt., Ltd.,
PART B 190

Sl.
Material Description Brand Makes *
No.
the market Chennai.
performance is yet to PIPECO Tanks PIPECO Tanks
be established) VIVANTA VIVANTA Enterprises,
Mumbai.
Asian Paints - Smart Asian Paints Pvt. Ltd.
casre
Ardex Ardex Endura Adhesive India
Pvt. Ltd.
BASF BASF India Ltd.
CICO CICO Industries
Dr. Fixit Pidilite Industries
Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Fosroc GP2 FOSROC India
Fugabella, Porcelana Kerakoll India Pvt. Ltd.
Home shield super Berger Paints India Limited.
71 Grout grout
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 ( Non Shrink M/s DEC Industries Pvt. Ltd.,
grout) Hyderabad
(Note: Subject to
statutory approvals)
AC-Grout-H1/RR Apple Chemie (I) Pvt. Ltd
Audco L&T Valves
Leader leader valves Ltd ,
72 Gun metal Valves
Sant Sant Valaves Pvt. Ltd.
Zoloto Zolota Industries
Armstrong Armstrong world Industries
Gyproc Saint Gobain Saint Gobain Gyprock India Ltd.
73 Gypsum Board
Lafarge Lafarge Gypsum India Pvt. Ltd.
USG Boral board USG Board India (P) Ltd.
Ferrous crete (Ferro- Ferrous crete manufacturers
500, Gypsum) Plaster)
Gyproc Saint Gobain The Saint-Gobain group
74 Gypsum plaster
(Elite 90)
Ultra tech Ultra Tech Cement Ltd.

ABC Ceramics ABC Ceramics


Heat resistant tiles on Endura Johnson India
75
terrace Johnson Johnson India
Somany Somany Ceramic Tiles
PART B 191

Sl.
Material Description Brand Makes *
No.
Swastik Swastik Tiles
Thermatek Thermatek
Armstrong Armstrong world industries
High Desity (HDF) Ltd.
76 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
77
Texture
SKK Brand SKK Ltd
Dorma Dorma India Pvt. Ltd.
Dorset Dorset Industries Pvt. Ltd.
Everite Everite agencies
Hydraulic door
78 Godrej Godrej locking solutioin &
closers/ Floor springs
systems
Hardwyn Hardwyn hardware
MAGNUM KIT Mukund Overseas
Basant Betons Basant Betons
BHARAT (NILSON) Bharat
Dazzie Dazzle Designer tiles Pvt Ltd
Hindustan tiles Hindustan tiles, Ranchi Pune
NITCO (ROCKARD) NITCO
REGENCY Regency
Interlocking Concrete
79 Shree Shree Bharat Paver blocks
Paver Blocks
Ultra Ultra tile private Ltd
Vyara Tiles VYARA Tiles Pvt. Ltd. / Surat
CEMTECH M/s Cemtech Tiles, Uppal,
Hyderabad
DEC M/s DEC Industries (P) Ltd.
Any alternative tiles as approved by CE/SE based on local
availability.
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.
80 Laminate KANCHAN PLY M/s Vidya Ply & Board Pvt. Ltd
Kitmica Kitply Industries Ltd.
Merino Merino laminates
Royal touche Royal touche laminates
Sonear Sonear Laminates
Sunmica Sunmica Industries
DECO-MICA M/s Deco-Mica Ltd
PART B 192

Sl.
Material Description Brand Makes *
No.
Armstrong Armstrong flooring India Pvt.
Ltd.
Linoleum sorts Forbo Forbo Flooring India Pvt. Ltd.
81
flooring
Gerflor Gerflor flooring
Dorset Dorset Industries Pvt. Ltd.
Godrej Godrej locking solution &
systems
Hafele Hafele India Pvt. Ltd.
Harrison Harrison locks
82 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.
83 Masking Tapes
Sun Sun
Wonder polymer Wonder Tape Industries
Asian paints Asian paints
84 Melamine Polish Melamine Gold Wudfin Pidilite industries
Polycure Polycure Malaysia
Dextra Dextra India Pvt Ltd.
Sanfield Sanfield India Ltd.
Mechanical coupler Alchemica Alchemica Ltd.
85
for 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.
Hydro tech Hydro tech Ltd.
MYK Schomburg MYK Arments range of
Membarane water products
86
proofing system STP Ltd Shalimar tar products
Texsa Texsa India Ltd.
KRYTON M/s Kryton Buildmat Co. Pvt.
Ltd. Gurugram, Haryana
M/s Sunanda Specialty coatings
SUNANDA Pvt. Ltd., Mumbai
Godrej Godrej Security Solutions
Kenwood Kenwood Ply & Board
Metalic / Steel Fire
87 MPP Schodders MPP Technology Pvt. Ltd.
Door
NAVAIR NAVAIR International Pvt. Ltd.
Promot Promot fire & Insulation (P) Ltd.
PART B 193

Sl.
Material Description Brand Makes *
No.
Shakthi Hormann Shakthi Hormann Pvt. Ltd.
Signumfire Protection Signumfire Protection pvt. Ltd.
Sukri Sukri Fire Doors Pvt. Ltd.
ASES (Agni suraksha) M/s ASES Security Pvt. Ltd.,
Ghaziabad)
Ahlada M/s Ahlada Engineers Limited
DEC M/s DEC Industries Pvt. Ltd.
Essar Essar Steel Ltd.
JSW JSW Structural Metal Decking
88 Metal Deck Sheet Ltd
SAIL SAIL
TATA TATA steel
Amit Lovely metal Industries Pvt.
Ltd.
Deepak Deepak
Garg D.P. Garg & Company
Mild Steel Butt Jolly Jolly Engineering works
89
Hinges/ 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
90 Mirror
Saint Gobain Saint Gobain Glass India Ltd.,
Gold Plus M/s Gold Plus Glass Industry
Ltd., New Delhi
Evoke Evoke
Modular kitchen/ Godrej Godrej & Boyce co
91 wardrobes/Hardware
Sleek Asian Paints
and Accessories
Spacewood Spacewood
Apollo Appolo Tubes Ltd.
JINDAL JSW
Kalinga Kalinga Tubes Ltd.
92 M.S. Pipe, Tubes
SAIL SAIL
Surya Surya Roshi Ltd.
TISCO TATA STEEL
Multy walled Danapalon Danapal Light architecture
93 polycarbonate roofing Lexan GE GE lexan
sheets
Everest Everest Industries
HIL HIL Ltd.
94 Non Asbestos Sheets
RAMCO RAMCO Industries Ltd.
Everest M/s Everest Industries Ltd.
PART B 194

Sl.
Material Description Brand Makes *
No.
(Non-Asbestos Fibre
Cement Board -
Different Grade &
Type)
Godrej Godrej Security Solutions
Kenwood Kenwood Ply & Board
95 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
96 Hardonite Hardonite
surface hardness
Ironite Ironite
Pidilite Pidilite Industries ltd
Sika Sika India
Berger (BISOM) Berger Paints
Dulux (Maxilite) Dulux
MG Polyplast Nerolac
97 Oil Bound Distemper
Tractor Aqalock Asian Paint
SURFA M/s Surfa Coats (India) Pvt.,
Ltd., Bangalore
Overdeck insulation Dowcorning Dowcorning
with extruded Owen scorning Owen scorning
98
polystyrene board Supreme Petrochemical Supreme Petrochemical Ltd.
(XPS board) Ltd.
Jain doors Jain Door Pvt. Ltd.
NCL Nagarjuna
Panel Doors/Wire
99 mesh Door shutters ASES (Agni suraksha) M/s ASES Security Pvt. Ltd.,
/Fire proof doors Ghaziabad)
DEC M/s DEC Industries Pvt. Ltd.,
Hyderabad
PE-AL-PE Composite Kitec Kitec Industries (Índia) Pvt. Ltd.
100
Pipes
Berger Berger Paints
Dulex ICI dutax
Nerolac Nerolac Kansia Nerolac Pains
Ltd.
101 Pink primer
Nippon Nippon
Wood primer Asian paint
SURFA M/s Surfa Coats (India) Pvt.,
Ltd., Bangalore
BASF BASF India Ltd.
Plasticiser & Super Chryso-HP/ Delta / Chryso India Pvt. Ltd.
102
Plasticiser Optima
CICO CICO Industries
PART B 195

Sl.
Material Description Brand Makes *
No.
Contrament, Power MC Bauchemie (India) Pvt. Ltd.
flow
Conplast SP 430 FOSROC India
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.
DEC (Admixure(PC, M/s DEC Industries Pvt. Ltd.,
SNF) Hyderabad
(Note: Subject to
statutory approvals)
VISCOFLUX 2203/2208 Apple Chemie (I) Pvt Ltd
Accurate Buildcon Accurate Buildcon company
Plastic Encapsulated KGM KGM Exports
103
Foot Rest KK India KK Manhole and gratings Co
Pvt Ltd.
Koochie Play Koochie Play systems Pvt ltd.
104 Play Equipments
Play world systems Play world systems India.
BBR BBR (India) Pvt. Ltd.
CRUX Crux Processing systems Pvt.
Post tensioning Ltd.
105
System Ultracon Ultracon Structural Systems Pvt.
Ltd.
VSL VSL India pvt. Ltd.
Alcox Hindeggan Alcox Ltd.
Danapalan Danapal Light architecture

106 Poly carbonate Sheet GE Lexon GE Silicones


MG Polyplast MG Polyplast
DPI – Flux M/s DPI Day lighting pvt. Ltd.
Gurugram, Haryana
Polycarbonate Convex Unique safety solutions Unique safety solutions
107 mirrors, Rubbarised
road hump
Dr. Fixit Pidilite industries
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Fosroc Smart care sealant
MYK Schomburg MYK Arments range of
products
108 Poly sulphide sealant Pidilite Pidilite Industries
STP Ltd Shalimar tar products
Techseal Choksey chemical Pvt ltd.
Tuff seal Bondit construction chemical
AC-Poly seal Apple Chemie (I) Pvt. Ltd
PART B 196

Sl.
Material Description Brand Makes *
No.
Polyethylene backer Supreme Supreme Industries
109
rod
BASF BASF
Ferrous Ferrous Crete ( India ) Pvt Ltd
110 Polyurea Ultra Pidilite Pidilite Industries
SIKA SIKA India
Smart care Asian paints
Akzonoble Akzonoble Coating Ltd.
111 Powder coating Berger Berger Paints India Ltd.
Jotun Jotun Group
Aura International Aura International Pvt.,Ltd.
Powder & PVDF
MJ coaters MJ Coaters Pvt.,Ltd.
112 Processer
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.
Kitlam Kit Ply Industries Ltd.
Prelaminated particle
113 Merino Marino laminates
board Exterior Grade
Novapan GVK Novapan Industries Pvt.
Ltd.
TESA Action Co. TESA Action Co.
GREEN PANEL M/s Green Panel Industries Ltd.
Bison Panel M/s NCL Industries ltd., (Board
division), Secunderabad
Berger Berger
Dulux ICI dulux
Premium Acrylic
Nerolac Nerolac
114 smooth exterior Paint
with silicon additives ULTIMA Asian paint
SURFA M/s Surfa Coats (India) Pvt.,
Ltd., Bangalore
PTMT/PVC water PEARL Precision Products
supply sanitary Prayag Prayag Polymers (P) Ltd
115 fittings, bibcocks, Supreme Supreme industries
pillar cock Angle
valve,
DP Wires DP Wires Ltd.
116 PT Strands TATA wiron TATA STEEL LTD.
Usha Martin Usha Martin Ltd.
Ambieance Ambieance
PVC Doors and
117 Accucel Accura Polytech Pvt. Ltd.
Frames
Duroplast Duroplast extrusion Pvt. Ltd.
PART B 197

Sl.
Material Description Brand Makes *
No.
Encraft Encraft India Pvt. Ltd.
Plastic Wood Plastic Wood
Polyline Polyline extrusion Pvt. Ltd.
Rajshri Rajshri Productions Pvt. Ltd.
Sintex Sintex Plastic technology Ltd.
VEKA M/s NCL Veka Ltd.
DEC M/s DEC Industries Pvt. Ltd.,
Hyderabad
RAJSHRI M/s Rajshri Plastiwood,
Pithampur, M.P.
GIZA M/s Navratan Soeciality
Chemicals LLT., Ahmedabad –
380051, Gujarat
KAKA M/s Kaka Industries Limited
Sintex Sintex Plastic technology Ltd.
Supreme Supreme Industries Ltd.
PVC / HDPE water
118 Vectus Vectus Industries Ltd.
storage tanks
SUDHAKAR M/s Sudhakar irrigation system
(P) Ltd., Hyderabad
Akash Enterprises Akash Enterprises
Rex Polyextrusion Rex Polyextrusion ltd.
119 PVC Perforated Pipes
Supreme Supreme industries.
Zenplas Pipes Zenplas Pipes Pvt ltd.
Armstrong Armstrong world Industries
120 PVC flooring Ger flor Ger flor flooring
LG Hausys LG Hausys
Akzonoble Akzonoble Coating Ltd.
121 PVDC coating Valspar Valspar India Coating
Corporation Ltd.
BASF BASF
Fosroc Fosroc India
PU Coating (UV
Pidilite Pidilite industries
122 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 Berger Berger paints India Ltd.
123 Structure & Epoxy MRF MRF paints
paints ( Premium SKK SKK ltd
Quality) M/s Sunanda Specialty coatings
SUNANDA Pvt. Ltd., Mumbai
Access Floor systems Access Floor Systems
Raised / Cavity Tate Tate
124 Uni floor Uni floor India
flooring
Unitile Unitile India
PART B 198

Sl.
Material Description Brand Makes *
No.
Zt floor Zt floor Pvt.,Ltd
Indian Hume Pipes Indian Hume Pipe Ltd.,
Jain & Co Jain spun pipes Co.,
Lakahmi Sood & Sood Lakshmi Sood & Sood Pipa Co.
125 RCC Pipes Madurai spun pipe Madura spun pipe company
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
126 plaster melamine
Read Plast Ultratech cements Ltd
Ultra tech Ultra tech Cement Ltd
Berger Berger Paints
Dulex ICI dulex
High performance Asian Paint
Red Oxide Zinc yellow metal primer
127
Chromate primer Nerolac Nerolac
Nippon Nippon
SURFA M/s Surfa Coats (India) Pvt.,
Ltd., Bangalore
Asahi Asahi India Glass ltd.
Glaverbel Glaverbel India
Modifloat Gujarat Guardian Ltd.
Pilkinton Pilkinton India
Saint Gobain Saint Gobain India Pvt. Ltd.
128 Reflective glass
Gold Plus M/s Gold Plus Glass Industry
Ltd., New Delhi
Guardian Sun Guard M/s Gujarat Guardian Ltd.,
Gujarat
GUARDIAN M/s Gujarat Guardian Ltd.
SUNGUARD
ACC ACC Cements Ltd
A B Dinesh A B Dinesh Concrete India Pvt.,
Ltd.
Aparna Aparna Ready Mix concrete
Lafarge Lafarge India Pvt. Ltd.
RMC plants NUVOCO Nuvoco Vistas Corporation Ltd.
129
( Ready Mix Concrete)
RB Ready Mix RB Ready Mix
RDC RDC Concrete (India) Pvt.Ltd.
RMC (India) RMC (India) Pvt. Ltd.
Ultra Tech Ultra Tech Cement Ltd
Sarvani Industries Pvt. M/s Sarvani Industries Pvt.
PART B 199

Sl.
Material Description Brand Makes *
No.
Ltd., Ltd., Guntur
Plants at Autonagar, Gajuwaka
& Atchutapuram @
Visakhapatnam.
Plants at at – Ankireddy Palem,
Kolanukonda @ Guntur
JK Concrete M/s JK Ready Mix concrete,
Visakhapatnam
SCS Infra Concrete M/s SCS Infrastructures Pvt.
Ltd.,
SVK Ready Mix M/s Sai Venkata Krishna Reddy
mix Industry, Guntur
VNS Ready Mix VNS READY MIX
Icon Ready Mix Icon Infra Concrete Private
Limited, Tadepalli, Guntur
Liyod Insulation Liyod Insulation ltd.
Rockwool/Glass wool
130 Supreme Supreme Industries ltd.
insulation
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
Sandwich PUF GE Plastic GE Silicones
131 panelled roofing JINDAL MECTEC/ Mectec Pvt Ltd
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
132 Jaquar Jaquar Group
flush systems
Kochier Kochier
Parryware Parryware Sanitary ware
TOTO TOTO ltd.
Nu-TEC Nu-Tech concrete products (P)
Lld,.
SFRC Cover and
133 KK KK Manhole and gratings Co
grating
Pvt Ltd.,
Kutty Kutty Industries
PART B 200

Sl.
Material Description Brand Makes *
No.
Shear Stud/ KOCO KOSTER & CO
134
Connector
BASF BASF India Ltd.
Dow Corning Dow corning Indd
135 Silicon coating
GE GE Silicones
Wacker Wacker silicones
136 Silicon Gaskets Sree Geurev Sree Gaurav Rubber products
3M 3M Science
Solar studs/ Median Avery Dennison Avery Donnison India Pvt Ltd.
137 markers Nikkalite Nippon carbide Industires
(USA)
Dorma Dormakaba
hafele Hafele Ltd.
Spider patch fittings
138 Kich Kich india
for structural glazing
Ozone Ozone Ltd.
Sevax Saint Gobain Glass India ltd
Buildon Buildon
Spray applied Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
139 Readymade plaster/
Gyproc cute 100 Gyproc India.
Gysum plaster
Ultratech Ultratech cement ltd.
Neco JayaSwal Neco Ltd
Kartar Kartar valves private Ltd. ,
Electrosteel Electrosteel
140 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.
141
& gratings Neco Jayaswal Neco Ltd
SKF brand SINGHALIRON FOUNOARY
Pvt. Ltd„
Ark Product Pvt. Ltd. Ark Product Pvt. Ltd.
Connect Connect Ltd.
Jindal JSW
KINGSTON KINGSTON
142 Stainless Steel Salem SAIL
SAIL SAIL
DEC ( Stainless steel M/s DEC Industries Pvt., Ltd,
pipes*) Hyderabad
*with emboss /mark
“RM by JINDAL”
Alloy Alloy Ltd.
143 Stainless Steel screws
Atul Atul fasteners Ltd.
PART B 201

Sl.
Material Description Brand Makes *
No.
GKW GKW Limited
Helix Helix India
Kundan Kundan Industries Ltd.
Nettlefold Nettlefold Screws
Pooja Pooja Steel Corporation
Dorma Dorma India Pvt. Ltd.
Helix Helix India
Prayag Prayag Polymers (P) Ltd.
Stainless steel Butt
144 Ozone Ozone Hardware
hinges
DEC M/s DEC Industries (P) Ltd.,
Hyderabad
Global M/s Aluminium Udyog
Earl Bihari Earl Bihari India Pvt. Ltd.
EBCO EBCO
Stainless steel friction Hetich Hetich India
145
hinges Haffle Haffle India Pvt. Ltd.
ROTO ROTO Frank Asia
Securistyle Securityle India Pvt. Ltd.
Atul Atul fasterners Ltd.
Hilti Hilti India Pvt. Ltd.
Kundan Kundan Industries Ltd.
Stainless steel Bolts, Pooja Pooja Steel Corporation
146 DEC M/s DEC Industries (P) Ltd.,
washers, nuts
Hyderabad
GIZA M/s Navratan Specialty,
Chemicals LLT., Ahmedabad –
380051, Gujarat
Atul Atul fasterners Ltd.
Stainless steel Dorset Dorset Industries Pvt.Ltd.
147
pressure 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
Stainless Steel Kitchen
148 Jhonson Prision Jhonson Ltd.,
sink
Jindal Centuary polytech
Joyna Joyna
Navkar Shri Navkar Metals Ltd
Nilkanth Nilkant
Nirali Jyoti (India) Matel Industries
Pvt Ltd
PART B 202

Sl.
Material Description Brand Makes *
No.
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,
NCL
Steel Windows/
149 NCL NCL Industries
Pressed steel frames
San Harvic San Harvic
DEC(CRCA Door M/s DEC Industries Pvt. Ltd.,
Frames) Hyderabad
APL Apollo Tubes Ltd
JSPL JSPL
JSW JSW
150 Structural Steel SAIL SAIL
TISCO TATA STEEL
VIZAG RINL
Asian paints Smart care sealant
BASF BASF India Ltd.
Dow corning Dow corning india
151 Structural sealant Fosroc Fosroc India
GE GE silicones
STP Ltd. Shalimar tar products
Wacker Wacker silicones
Berger Berger Paints
Dulex ICI dulex Ltd
Premium gloss enamel Asian paint Ltd
Synthetic enamel
152 Nerolac Nerolac Paints Ltd
Paint
Nippon Nippon Paint India Ltd.
SURFA M/s Surfa Coats (India) Pvt.
Ltd., Bangalore
Hollitex Hoilitex carper tilas
153 Synthetic Carpet tiles Standard Carpets Standard Carpets
TOLI TOLI Corporation
Armstrong Armstrong flooring
Synthetic Sports
155 Gerflor RMG Polyvinyl India Ltd.
Flooring
LG Wondorfloor LG Hausys India
Astral Astral poiytechnik Ltd.
Finolex Finolex Industries Ltd .
Flowgard Ashirwad PVC Pipes
SWR PVC Pipes & Nandi Nandi pipes Pvt., Ltd.
156
fittings
Prince Prince Pipes and fittings
Sudhakar Sudhakar PVC Pipes
Supreme Supreme Industries Ltd
PART B 203

Sl.
Material Description Brand Makes *
No.
SENTINI M/s Sentini Flopipes India Pvt.
Ltd., Hyderabad
Brila HIL Pipes M/s HIL Ltd.
AKG M/s AKG Extrusion Pvt. Ltd.,
Asahi Asahi India Glass ltd.
FUSO FUSO Glass India Pvt. Ltd.
Gurind Gurind India
Imapct Safety Impact Safety glass works Pvt.
Tempered reflective/ Ltd.
157
clear glass Modiguard Gujarat Guardian Ltd.
Pilkington Pilkington India Pvt. Ltd.
Saint Gobain Saint Gobain India Pvt. Ltd.
Gold Plus M/s Gold Plus Glass Industry
Ltd., New Delhi
Asian Asian Paints Ltd.
Elastospray BASF
Thermal Insulation
158 Pidilite Pidilite Industries
treatment
Rock India Pvt. Ltd Rock India Pvt. Ltd
Weather Kool & Seal Berger Paints India Ltd.
JSW JSW Steel Ltd.
SAIL Steel Authority of India Ltd.
TMT Bars
159 TISCO TATA STEEL LTD.
VIZAG Rastriya Inspat Nigam Ltd.
JSPL Jindal Steel & Power Ltd.,
AKG M/s AKG Extrusions Pvt. Ltd.,
Astral Astral polytechnik Ltd.
Ashirwad Aahirwad PVC Pipes
Finolex Finales Industries Ltd.
KSR KSR
Prepoly Premier PVC Industry
UPVC Pipes and Prince Pnnce pipes and fittings Ltd.
160
fittings Supreme Supeme industries Ltd.
SENTINI M/s Sentini Flopipes India Pvt.
Ltd, Hyderabad
DEC (UGD pipes (IS M/s DEC Industries Pvt. Ltd.,
15328) Hyderabad
Birla HIL Pipes M/s HIL Ltd.
SUDHAKAR M/s Sudhakar Polymers Pvt.
Ltd.
Aluplast Alu Alpha India
Duroplast Duro Plast Extrusion Pvt. Ltd.
UPVC doors, door
161
frames and windows
Encraft Encraft India Pvt. Ltd.
Fenesta Fenesta DCM Shriman
PART B 204

Sl.
Material Description Brand Makes *
No.
Komarlings Profile India Window
Technology Pvt. Ltd.
LG LG India Pvt. Ltd.
MARCOLINI M/s Mathura Poly pack Pvt, Ltd.
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
DEC M/s DEC Industries Pvt. Ltd.,
Hyderabad
RAJSHRI M/s Rajshri Plastiwood,
Pithampur, M.P.
SIMTA ASTRIX M/s Simta Clear Coat Pvt. Ltd.,
Hyderabad
COAR COAR
DNV DNV Global Pvt.,ltd.
162 UPVC Hardware
HOPPE HOPPE
PULSE LGF SYSMAC (India) Pvt.,Ltd.
BATHSENSE Asian paints( Bath division)
CERA CERA Sanitaryware Ltd.,
Hindware HSIL Ltd.
Jaquar Jaquar Group
Vitreous Commodes/ Kerovit M/s Kajaria Ceramic limited
163
Washbasin 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
164 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.
165 Vitrified Tiles Kajaria Kajaria Ceramic Ltd.
Marbito Marito tiles
NITCO NITCO Ltd.
Oasis M/s Oasis Vitrified Pvt.Ltd.
PART B 205

Sl.
Material Description Brand Makes *
No.
RAK RAK Ceramic India Pvt. Ltd.
Restile Restile Ceramic Ltd.
Somany Somany Ceramic Ltd.
Varmora Granito Varmora Granite Pvt. Ltd.
Vitero Aparna Enterprises limited
NAVEEN M/s Murudeswar Ceramics Ltd.,
Bangalore
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
Grassim ply Shree Ram Industries
Water Proof Plywood, Green panel Green panel Industries Lid.
Commercial ply, Fire Green Ply Green Ply Industries Ltd.
166 retardant ply and Jayna ply Jain Wood Industries
Block boards /
KANCHAN PLY M/s Vidya Ply & Board Pvt. Ltd
Shuttering ply
Kitply Kitply Industries Ltd.
Polyline Polyline
AAMODA M/s Jai Dayal Plywood Pvt. Ltd.,
Hyderabad
BLACK COBRA M/s Punjab Plywood Industries,
Yamunanagr, Haryana
Kalpataru M/s Shree Yantra Panels Pvt.
Ltd., (Sister concern of M/s V.K.
Patel&Co.)
Asian exterior wall Asian paint
primer
Water Proof cement Berger Bergar Paints
167 Cem Colour Snowcem Paints
paint
ICI DULUX ICI DULUX
Surfa Surfacoats (India) Pvt. Ltd.
ARCO Arco valves Pvt. Ltd ,
leader leader valves Ltd ,
168 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)
169 Welding rods Premium Range :
Royale
HlNDWare HSIL Ltd.
Jaquar Jaquar Group
Water supply fixtures Johnson Prism Jhonson Ltd
170
like bibcock, Shower Kerovit M/s Kajaria Ceramic limited
PART B 206

Sl.
Material Description Brand Makes *
No.
panels Kingston Kingston brass India
MARC MARK Showers
Metro Metro sanitations Pvt. Ltd.,
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
Dr. Fixit Pidilite industries
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Fosroc Fosroc India
Water proofing Impermo Snoweem paints
171
Compound
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
DEC ( SBR Latex) M/s DEC Industries Pvt. Ltd.,
(Note: Subject to Hyderabad
statutory approvals)
M/s Sunanda Specialty coatings
SUNANDA Pvt. Ltd., Mumbai
Ardex Endura Ardex Endura Ltd.
BASF BASF India Ltd.
Dr. Fixit Pidilite industries

172 Water stops Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Hydroswell Sika India
Hydrotite Sika India
KRYTON M/s Kryton Buildmat Co. Pvt.
Ltd. Gurugram, Haryana
Asian paints Smart care SC GP grout grey
BASF BASF
Water proofing Care Care
171
materials/ GP Grouts
Ferrous crete Ferrous Crete (India) Pvt Ltd
Home shield Super Berger Paints Ltd.
PART B 207

Sl.
Material Description Brand Makes *
No.
grout
Pidilite Pidilite Industries
SIKA SIKA India
KRYTON M/s Kryton Buildmat Co. Pvt.
Ltd. Gurugram, Haryana
DEC (Non-Shrink M/s DEC Industries Pvt. Ltd.,
grout) Hyderabad
(Note: Subject to
statutory approvals)
Weather silicon make Down corning Down corning india
173
and grade Momentive (GE) GE silicones
Birla Birla Corporation Ltd.
174 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)
Limited
Wood Polymer
Ecoste Ecoste wood polymer
composite material
composite, Delhi.
for door frames and
175 Echon Kumar Arch Tech, Pvt.Ltd.,
shutters, plain/pre
Rajastan.
laminated boards for
Green ply Greenply Industries Limited
wall linings etc.
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 Jain doors Pvt.Ltd. Jain doors Pvt.Ltd.
176
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.
Mayur Mayur Ply industries
PART B 208

Sl.
Material Description Brand Makes *
No.
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 Plywood Pvt.
Ltd., Hyderabad
BLACK COBRA M/s Punjab Plywood
Industries, Yamunanagar,
Haryana
DEC M/s DEC Industries Pvt. Ltd.,
Hyderabad
NAGARJUNA M/s Nagarjuna Doors, W.G.
Kalpataru M/s V.K. Patel&Co.)
Precast Concrete DEC M/s DEC Industries Pvt. Ltd.,
177 Manhole covers and Hyderabad
Frame
HD PE pipes for DEC M/s DEC Industries Pvt. Ltd.,
178
water supply Hyderabad
Pre Painted DEC M/s DEC Industries Pvt. Ltd.,
Galvanized iron / Hyderabad
179
Steel Doors & APL APOLLO M/s APL Appllo Tubes Ltd.
Windows CHAUKHAT
RAJSHRI M/s Rajshri Plastiwood,
Pithampur, M.P.
DEC M/s DEC Industries (P) Ltd.,
180 WPC Doors Hyderabad
GIZA M/s Navratan Specialty,
Chemicals LLT., Ahmedabad –
380051, Gujarat
DEC M/s DEC Industries (P) Ltd.,
Hyderabad
181 WPC Frames GIZA M/s Navratan Specialty,
Chemicals LLT., Ahmedabad –
380051, Gujarat
Ess “ap Royale” and M/s Asian Limited (Bath
CP Bath Fittings & Bathsense Division)
182 Accessories
CORONET M/s Mohan Metal Industries
IoT based building WIS Spaces M/s Wenalytics IoT Solutions
183 Management System Pvt. Ltd.
(S.T. Open Protocols)
PART B 209

Sl.
Material Description Brand Makes *
No.
CEMTECH M/s Cemtech Tiles
CC Kerb Stones
184 DEC M/s DEC Industries (P) Ltd.
ALUTECH M/s Alutech Industries, New
HPL Sheets / Delhi
185
Laminates VIRGO M/s Virgo Laminates Ltd.,
Chandigarh
Stainless Steel Door DEC M/s DEC Industries (P) Ltd.,
186
Handles Hyderabad
DEC M/s DEC Industries (P) Ltd.,
187 Stainless Steel Aldrop
Hyderabad
188 Tower Bolts Global M/s Aluminium Udyog
189 Door Handles Global M/s Aluminium Udyog
New Products
Super Plasticizers AC-MENT -BV 430 A3 Apple Chemie (I) Pvt Ltd.
190
(Retarders)
APCP Based High Visco Flux 5507/6073 Apple Chemie (I) Pvt Ltd.
performance Hyper
Plasticizers for self-
191
compacting concrete
with Higher slump
Retention
Pentrative BI-Polar AC-Corroguard Apple Chemie (I) Pvt Ltd.
192 Corrosion Inhibiting
Admixture
Micro Silica Additives AC- Microsil-Si9+ Apple Chemie (I) Pvt Ltd.
193
(Pozzolanic Material)
Cystal Line water AC- Crystacrete Apple Chemie (I) Pvt Ltd.
194 proofing admixture
(PRAH Based)
195 Curing compounds AC- Cure R- (M) Apple Chemie (I) Pvt Ltd.
196 PU Sealant AC- Proseal 400 Apple Chemie (I) Pvt Ltd.
Coal Tar Epoxy AC- DUR-CT(S) Apple Chemie (I) Pvt Ltd.
197
coating
Ploy Urethane water AC-1K-PU Apple Chemie (I) Pvt Ltd.
198
proofing
Wireless Building Protech M/s Protech Technologies
199
Management System
200 Rapicon wall panel Everest M/s Everest Industries Ltd.
PART C 210

PART C
FOR E & M WORKS
(Minor Component)
PART C 211

PROFORMA OF SCHEDULES A to F
(E & M Components)

SCHEDULE ‘A’
Schedule of quantities (E & M works): (Pages from 251 - 255)

Electrical work Minor component: Rs. 34,36,631/-

SCHEDULE ‘B’
Schedule of materials to be issued to the contractor
Sl. Description of item Quantity Rates in figures & words at Place of Issue
No. which the material will be
charged to the contractor
1 2 3 4 5

------------------------------------NIL---------------------------------
SCHEDULE ‘C’
Tools and plants to be hired to the contractor

Sl. No. Description Hire charges per day Place of Issue


1 2 3 4

_____________________ NIL _____________________


SCHEDULE ‘D’

Extra schedule for specific requirements/documents for the work, if any,

------------------- are attached-------------------------


SCHEDULE ‘E’

Reference to General Conditions of contract: As per Major Component.


Name of work:
Construction of 150 KLD Capacity Sewage Treatment Plant including SITC of E&M works and
distribution lines for treated water at CRPF Campus, Kalikiri, Chittoor Dist., A.P.

Estimated cost of work (E&M Services) : Rs. 34,36,631/-


E & M Components:
1. 150 KLD STP : Rs. 34,36,631/-
(i) Earnest Money : As per major component
(ii) Performance Guarantee : As per major component
(iii) Security Deposit: :As per major component

SCHEDULE ‘F’ – General Rules & Directions

Officer inviting tender Executive Engineer


CPWD, Vijayawada.
PART C 212

Maximum percentage for quantity of items of


work to be executed beyond which rates are to
be determined in accordance with Clauses See below under Clause 12.
12.2& 12.3

Definitions:
2(v) Engineer-in-Charge Executive Engineer (E)(Vijayawada),
CPWD, Vijayawada.
or Successor thereof.
2(viii) Accepting Authority As per major component
2(x) Percentage on cost of materials and 15%
labour to cover all overheads and profits

2(xi) Standard schedule of Rates DSR 2022 (E&M) with up-to-date


correction Slips and Cost Index as on
01.10.2024 for Vijayawada.

2(xii) Department Central Public Works Department.

9(ii) Standard CPWD contract form GCC GCC 2023 for Construction Works
2023, CPWD-7 as modified & corrected modified upto DG/CON/ Construction-
upto 2023/11 dated: 03/06/2024

Clause 1 Time allowed for Submission of As per composite tender provisions


i) Performance guarantee,
Programme Chart (Time and
Progress) and applicable labour
licenses, registration with EPFO,
ESIC and BOCW Welfare Board or
proof of applying thereof from the
date of issue of letter of acceptance.
ii) Maximum allowable extension
with late fees @ 0.1% per day of As per composite tender provisions
performance Guarantee amount
beyond the period provided in (i)
above.
Clause 2A Whether clause 2A shall As per major component
be applicable
Clause 5 Number of days from the date of As per composite tender provisions
issue of letter of acceptance for
reckoning date of start
PART C 213

Milestones for E&M Works

(To be inserted in the relevant sections of Minor Component Milestones)

150 KLD STP


Time allowed Amount to be withheld in
in percentage case of non-achievement of
S. No Description of Milestone (Physical) of days (from milestone (% of tendered
the date of amount of respective E & M
start) Component)
1. Submission of Electrical drawings for
10% 1.0%
approval.
2. Supply of STP materials along with 40%
1.0%
accessories.
3. Fixing of Panels, cables and installation 80%
1.0%
of STP etc.,
4. Testing complete STP installation 90% 1.0%
5. Commissioning and handing over of
100% 1.0%
complete STP installation.

Time allowed for execution of work : As per major component


PART C 214

PROFORMA OF SCHEDULES
Authority to Decide:
i) Extension of time As per major component

ii) Rescheduling of mile stones As per major component


Competent authority
As per major component
iii) Shifting of date of start in case of delay in
Handing over of site.

Clause 6, 6A Clause applicable – (6 or 6A) As per major component

Clause 7 Gross work to be done together with 5.73 Lakhs or as per discretion of
net payment/adjustment of advances Engineer-in-charge.
for material collected, if any, since the
last such payment for being eligible
to interim payment.

Clause 7 A Whether Clause 7 A shall be As per major component


applicable

Clause 8 B This shall not apply for maintenance


or upgradation contracts not
involving any services
(i) For other works, the limit shall As per major component
be as below:

Clause 10A List of testing equipments to be


provided by the contractor at site lab. As per major component

Clause10B (i) Whether clause 10-B (i) shall be As per major component
applicable

Clause10B (ii) Whether clause 10-B (ii) shall be As per major component
applicable

Applicable
Clause 10C i)
Clause 10CA Whether clause 10CA shall be Not Applicable
Applicable

Clause 10CC Not Applicable

Clause 10 CC to be applicable in contracts


with stipulated period of completion exceeding
the period shown in next column 12 (twelve) months and more
Schedule of component of other Materials, Labour etc. for price escalation.
Component of Electrical construction
PART C 215

i) For STP Component Xm= 75 % value of work of C1 component


Component of Labour -
expressed as percent of component of work. Y =25%

ii) For component C-2 to C-13: Xm= 85 % value of work of respective


component
Component of Labour -
expressed as percent of total value of work. Y =15%

Clause 11
Specifications to be followed CPWD General specifications for
For execution of work Electrical Works,Part–I:Internal,
2023, Part-II: External, 2023,
Part-III(Lifts & Escalators), Part-IV: Substation;
Part –V: Wet Riser & Sprinkler System 2006,
Part-VI: Fire Detection and Alarm System - 2018
Part -VII: DG Sets 2013, HVAC Works-2024
with correction slips issued up to last date of
submission of tender

Clause 12: Type of Work Original Work

12.2 & 12.3 Deviation limit beyond which 100% (One Hundred per cent)
clauses 12.2 & 12.3 shall apply
for E & M work

12.5 (i) Deviation limit beyond which 100% (One Hundred per cent)
clauses 12.2 and 12.3 shall apply
for foundation work (except Earth
work).

(ii) Deviation limit for items in earth work 100% (One Hundred per cent)
Sub head of DSR or related items.

Clause 16 Competent Authority for deciding Chief Engineer (Vijayawada), CPWD,


Reduced rates. Vijayawada or Successor thereof.

Clause 18 List of mandatory machinery, tools & As required for timely execution of
plants to be deployed by the work as per direction of Engineer-in-
contractor at site charge.

Clause 19C Authority to decide penalty for each As per major component
ddefault

Clause 19D Authority to decide penalty for each As per major component
ddefault
PART C 216

Clause 19G Authority to decide penalty for each As per major component
ddefault

Clause 19K Authority to decide penalty for each As per major component
ddefault

Clause 25 Constitution of Dispute Redressal


Committee: --
As per major component
For total claims upto 25 lakhs.
For total claims more than 25.00 lakhs

Clause 32: Requirement of Technical Representative (S) and Recovery Rate for each of
following E&M components - As per Major Component

Clause 38 As per major component


PART C 217

SPECIAL CONDITIONS FOR ALL SPECIALIZED/E & M COMPONENTS

1. The applicant should either himself meet the eligibility conditions for the respective
E&M components or otherwise he will have to associate with agencies, fulfilling the
eligibility requirements and hence consent letter from at least One eligible Associate
Agency of the respective components of E&M work shall also be submitted as per
attached Proforma asper Form “H”.

In case the main contractor is himself eligible (as per eligibility criteria) for executing any
specific minor component and intends doing the job himself, he may not be required to
associate with another agency for that minor component of work. In such cases the main
contractor also has to submit the documents as per eligibility criteria mentioned for
associated agency of individual E&M component.

However, the Composite category contractor shall also be eligible to carry out himself
any or all of these works without associating any specialized agency provided:
(a) He fulfills the prescribed eligibility criteria respectively for these work(s)
Or
(b) He directly procures the equipment of approved make from manufacturer and gets it
installed from authorized agency/service provider of the manufacturer/specialized
agency, all as per the eligibility criteria mentioned in NIT.

2. The main tenderer has to submit the following documents for association of contractor
within one month of award of work.

(i) In support of the eligibility conditions of the proposed Associated Contractor, copy of
their registration documents, Electrical License, GST Documents duly attested by the
applicants (Main Contractor) shall be submitted to the EE(C) who will submit these
documents to the Executive Engineer (Electrical)(Vijayawada), CPWD, Vijayawada,
for deciding the eligibility. Each such Associated Contractor will certify that they are
not debarred as on the day of application for sale of tender. Proposal for associating
agency for minor components of work shall be submitted in Form- “G” of this tender
document from each associate independently for all electrical and mechanical
components.

(ii) The main contractor will submit an Affidavit of MOU signed with eligible associated.
The Affidavit of MOU in the enclosed Form ‘I’ shall be signed by both the parties’
main contractor i.e.as 1st party and associated contractor as 2nd party. Independently
for all electrical and mechanical components.

3. In the event of the concerned E&M agency not performing satisfactorily or failure of
associate contractor to complete the E&M work, the main contractor on written
directions of the department, shall remove the Associate contractor deployed on the
work and shall submit name of new associate who fulfil the conditions mentioned in NIT
to execute the left-over work without any loss of time or variation in cost to the
department. Such associates shall also give an undertaking along with the main
tenderer but both of them together will stand guarantee for the equipments already
supplied for which payment has been released by the department in part. If any
equipment supplied for the work, during the currency of the earlier Associate contractor
and paid partly by the Dept., becomes redundant /not in a position to be installed and
commissioned and put to beneficial use due to change in agency for execution of E&M
PART C 218

work, the main contractor shall be liable for replacement of the equipment(s) at no cost
to Department. No change of Associated Contractor will be allowed without prior
approval of the Engineer-in-charge of the work.

In respect of all works Construction of 150 KLD Capacity Sewage Treatment Plant
including SITC of E&M works and distribution lines for treated water at CRPF
Campus, Kalikiri, Chittoor Dist., A.P. the materials shall be procured only from the
original equipment manufacturers/authorized dealers of OEM. The contractor shall
submit all documentary details in fulfillment of this conditions regarding procurement of
materials including relevant test certificates.

4. Executive Engineer (E) shall be the Engineer-in-charge as far as E & M works are
concerned.
Separate tender schedule abbreviated CPWD-7 and Special Conditions for E & M Work
are appended with this tender. It will be obligatory on the part of the
contractor/tenderer to sign the tender documents for all the component parts.

5. The main contractor shall be responsible and liable for proper and complete execution of
the E & M work and ensure coordination and completion of both civil and E & M work.

6. The main contractor has to enter into agreement with contractor associated by him for
execution of minor component. Copy of such agreement shall be submitted to Executive
Engineer (E) in charge of minor component as well as E.E. in-charge of major
component.

7. The associate contractor shall attend the inspection of the work by the Engineer-in-
Charge of E&M works as and when required.

8 In case of LED bulbs/fittings all the LED bulbs/fittings shall be guaranteed for a
period of 5 years. Before completion of defect liability period of One year, the
main contractor has to submit security deposit of 5% of price quoted by him for SITC
of LED fittings, for the remaining 4 years warranty period in acceptable form i.e.,
FDR/ Bank guarantee to concern Executive Engineer (E). The Security Deposit
deducted from the bills of contractor shall be refunded to the main contractor only
after submission of above security deposit for LED fittings by main contractor, failing
which this LED security deposit @ 5% as above shall be deducted from Security
Deposit deducted for total work and balance amount only will be refunded after
completion of defect liability period. The LED Security Deposit will be released pro-
rata basis each year
PART C 219

THE MINIMUM ELIGIBILITY CRITERIA FOR E&M COMPONENTS AND SPECIALIZED


WORKS WHEREVER APPLICABLE

Sl. Component of Estimated


Eligibility
No E&M works cost in Rs.
1. 150 KLD STP – 34,36,631/- The main contractor shall have to associate with
E&M Works agency fulfilling the following eligibility criteria
having successfully completed during last seven
years ending last date of month previous to the
one in which tender is invited, as given below
with completion certificate issued by an officer
not below the rank of Executive Engineer or
equivalent duly attested.

Three similar completed works each of value not


less thanRs.13.75 Lakhs
or
Two similar completed works each of value not
less than Rs.20.62 Lakhs
or
One similar completed work of value not less
thanRs.27.49 Lakhs
Similar work shall mean "SITC of Sewage
Treatment Plant"
However, the Composite category contractor
shall also be eligible to carry out himself without
associating any specialized agency provided:
(a) He fulfills the prescribed eligibility criteria
respectively for this work.

Note:
i) The value of executed works shall be brought to current costing level by enhancing
the actual value of work at simple rate of 7% per annum calculated from the date
of completion to last date of submission of tender. For other conditions, refer
special conditions specified in Part C.
ii) The applicant shall either himself meet the eligibility conditions for the respective
E&M packages or otherwise, he will have to associate an agency meeting the
eligibility requirements as given in this tender document and submit the details as
per Form “G” given in Part C of this tender document within 30 days of award of
work OR before start of minor component of work whichever is earlier.
iii) The applicant/ main contractor has to submit consent letters as per Form “H”,
given in Part C of this tender document from at least one eligible associate agency
of the respective component of E&M work for each of the component of E& M
works by clearly indicating the component of work within 30 days of award of
PART C 220

work OR before start of minor component of work whichever is earlier.


iv) The main contractor will submit Affidavit of MOU signed with eligible associated
contractor. The Affidavit of MOU in the enclosed Form “I” shall be signed by both
contractors, Main contractor as 1st party and associated contractor as 2nd party,
independently for Construction of 150 KLD Capacity Sewage Treatment Plant
including SITC of E&M works and distribution lines for treated water at CRPF
Campus, Kalikiri, Chittoor Dist., A.P. specified as above.
v) If the main contractor fails to associate agency for execution of minor
components of work within 30 days of award of work OR before start of minor
component of work whichever is earlier or furnishes incomplete details or
furnishes details of ineligible agencies even after the tenderer is given due
opportunity, the entire scope of such component of work shall be withdrawn
from the tender and the same shall be got executed by the Engineer-in–Charge
at the risk and cost of the main contractor.
vi) Verifiable completion certificates of the work, registration/approval documents,
Valid Electrical license, self-attested GST registration documents in respect of
the associated agencies as the case may be, duly attested by the applicant shall
be submitted within 30 days of award of work OR before start of minor
component of work whichever is earlier.
vii) Self-attested GST registration documents in respect of the associated agencies
shall be submitted within 15 days of award of work OR before start of
Specialized / minor component of work whichever is earlier

Executive Engineer (E)(Vijayawada)


PART C 221

FORM –G

PROPOSAL FOR ELIGIBLE ASSOCIATING AGENCIES FOR MINOR


COMPONENTS OF WORK

I/we hereby propose the following agencies as per mentioned against each for executing
corresponding minor components of work. Their consent letters are also attached.

Sl.No Name of Category and Enlistment Monetary Validity Consent


Associated Class of copy/completion Limit of of letter
Contractor registration Certificates work registrati attached
attached on (Yes/No)
STP Plant

Note: Self Attested photocopies of enlistment order, valid electrical contractor license, work
experience certificates of each agency for each component of E&M work shall be
submitted.

Signature of contractor
PART C 222

FORM –H
CONSENT LETTER FROM ELIGIBLE ASSOCIATE AGENCY OF MINOR
COMPONENT OF WORK

Name of work:
Construction of 150 KLD Capacity Sewage Treatment Plant including SITC of E&M
works and distribution lines for treated water at CRPF Campus, Kalikiri, Chittoor Dist.,
A.P.

I / We hereby give my consent to associate with M/s …………………………………, for


executing the minor component of work of …….……… (Mention category).

1. I / We will execute the work as per specifications and conditions of the agreement and
as per directions of the Engineer –in-Charge for the corresponding minor work till the
completion of the work.

2. I / We will be responsible for necessary action to handover the installations and for
rectification of defects and repair during the maintenance / warranty period.

3. Also I / We will employ full time technically qualified Engineer / supervisor for the
minor component of the work as required for the work. I / We will attend inspection of
officers of the department as and when required.

Date:

Signature with date of Major component Signature with date of Associate/ Minor
Component
Contractor Contractor
Address Address

Witness with address Witness with address


(From major component contractor side) (From minor component contractor side)
PART C 223

FORM-“I”

AFFIDAVIT OF MEMORANDUM OF UNDERSTANDING (MOU)


(To be submitted for each and every E&M component)

1. M/s. (Name of the firm with full address)


Enlistment Status
Valid Upto:
(Henceforth called the main Contractor)

2. M/s. (Name of the firm with full address)


Enlistment Status
Valid Upto:
(Henceforth called Associated Contractor)

For the execution of E & M Work

Name of work:
Construction of 150 KLD Capacity Sewage Treatment Plant including SITC of E&M
works and distribution lines for treated water at CRPF Campus, Kalikiri, Chittoor Dist.,
A.P.

We state that M.O.U between us will be treated as an agreement and has legality as
per Indian Contract Act (amended up to date) and the department (CPWD) can enforce all
the terms and conditions of the agreement for execution of the above work. Both of us shall
be responsible for the execution of work as per the agreement to the extent this MOU allows.
Both the parties can be paid consequent to the execution as per agreement to the extent this
MOU permits. In case of any dispute, either of us will go for mediation by the Engineer In
charge. Any of us may appeal against the mediation to the Chief Engineer, CPWD,
Vijayawada. His decision shall be final and binding on both of us.
We have agreed as under:
1. The Associated Contractor will execute all E & M works in the wholesome manner as per
terms and conditions of the agreement.
2. The Associated Contractor shall be liable for disciplinary action if he fails to discharge the
action(s) and other legal action as per agreement.
3. All the machinery and equipments, tools and tackles required for execution of the E & M
works, as per agreement, shall be the responsibility of the Associated Contractor.
4. The site staff required for the E & M work shall be arranged by the Associated Contractor
as per terms and conditions of the agreement.
5. Site order book maintained for the said work shall be signed by the main contractor as
well as by the Engineer of the Associated Contractor and by Associated Contractor
himself.
6. All the correspondence regarding execution of the E & M work shall be done by the
department with the Associated Contractor with a copy to the main contractor. In case of
non-compliance of the provisions of agreement, the main contractor, as well as the
associated contractor shall be responsible. The action under clauses 2 and 3 shall be
initiated and taken against the main contractor.
PART C 224

SIGNATURE OF MAIN CONTRACTOR SIGNATURE OF ASSOCIATED


CONTRACTOR
Date: Date
Place: Place:

1. Witness with address 2. Witness with address

(From major component contractor side) (From minor component contractor side)

NOTE: Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-


PART C 225

GENERAL TERMS AND CONDITIONS APPLICABLE FOR ALL E&M COMPONENTS

1 GENERAL

1.1 The work shall be generally carried out in accordance with tender/bid
specifications and the following specifications / rules with upto date amendments.
a) CPWD General Specifications for Electrical work Part I Internal – 2023, as amended
upto date
b) CPWD General Specifications for Electrical work Part II External– 2023, as amended
uptodate
c) CPWD General Specifications for Electrical work Part III (Lifts) as amended upto
d) date.
e) CPWD General Specifications for Electrical work Part IV (Substation) as amended
Upto date
f) CPWD General Specifications for Electrical work Part V (Wet Riser & Sprinkler
System) as amended upto date.
g) CPWD General Specifications Part-VI: Fire Alarm Systemas amended upto date.
h) CPWD General Specifications Part-VII (D.G Sets) as amended upto date.
i) CPWD General Specifications -2024 for HVAC Works as amended upto date.
j) Commercial and Additional conditions for this work.
k) The Indian Electricity Act, 2003, as amended upto date.
l) Indian Electricity Rules 1956 amended upto date.

1.2 Order of Preference:


Should there be any difference or discrepancy between the description of items as
given in the Schedule of Quantities, technical specifications for individual items of
work (including additional and commercial conditions) and IS Codes etc., the
following order of preference shall be followed:

a) Description of Schedule of quantities.


b) Commercial and Additional conditions for this work.
c) Drawings.
d) CPWD General Specifications of that particular work.
e) Relevant IS or any other International code in case IS code is not available.

Commercial and Additional conditions of that particular work are to be read in


conjunction with above and in case of variations, specifications given in these
additional conditions shall apply. However, nothing extra shall be paid on account
of these additional specifications and conditions, as the same are to be read along
with schedule of quantities for the work.

1.3 This specification covers manufacture, testing as may be necessary before dispatch,
delivery at site, all preparatory work, assembly and installation, commissioning
putting into operation of equipment of all E&M components of the tender.

1.4 The tenderer should in his own interest visit the site and get familiarize with the site
conditions before tendering.

1.5 No T&P shall be issued by the Department and nothing extra shall be paid on
account of this.
PART C 226

2 COMMERCIAL CONDITIONS
Type of Contract: The work to be awarded by this tender shall be treated as
indivisible works contract.
Income tax, GST, labour cess& other statutory deductions etc. shall be made at
source as per the prevalent laws. The deductions of Security Deposit, Income-Tax
etc. shall be done as applicable on the gross payments and net payment shall be
paid accordingly.

3 RATES
The rates quoted by the tenderer, shall be firm and inclusive of all taxes (including
GST, labour cess etc.,). and all charges for packing forwarding, insurance, freight
and delivery, installation, testing, commissioning etc. at site including temporary
construction of storage, risks, overhead charges, general liabilities/obligations and
clearance from CEA. However, the fee for the CEA inspections shall be reimbursed/
borne by the department. EPF & ESI contributions are to be made by the contractor.
The department will not issue Octroy exemption certificate.
4
4.1 The contractor has to carry out maintenance as per CPWD General Specifications /
manufacturer’s standards for a period of 12 months or as decided by the Engineer –
in – Charge from the date of handing over. Nothing extra shall be paid on this
account.
4.2 In case of Specialized E&M works if Engineer-in-charge desires, the tenderer should
submit the following documents from OEM for that particular minor component
a) Authorization certificate.
b) The OEM is unconditionally support the lowest tenderer technically throughout the
execution of contract as well as for Maintenance/Comprehensive Maintenance
Contract for the useful life of the system, and
c) OEM is provide all the spares required for healthy functioning of the equipment for
at least seven years from the date of supply of equipment.
4.3 In case the same item appears more than once in the schedule of work under the
same sub head or among the different subhead of works, the lowest rate quoted for
that item elsewhere shall be considered for other items also during evaluation of
tender.

5 COMPLETENESS OF TENDER
All sundry equipment, fittings, unit assemblies, accessories, hardware items,
foundation bolts, termination lugs for electrical connections, and all other items
which are useful and necessary for efficient assembly and installation of equipment
and components of the work shall be deemed to have been included in the tender
irrespective of the fact whether such items are specifically mentioned in the tender
documents or not.

6 STORAGE AND CUSTODY OF MATERIALS


The agency has to make his own arrangements. No storage accommodation shall be
provided by the department. Watch and ward of the stores and their safe custody
shall be the responsibility of the contractor till the final taking over of the
installation by the department/client.

7 CARE OF THE BUILDING:


Care shall be taken by the contractor while handling and installing the various
equipments and components of the work to avoid damage to the building. He shall be
responsible for repairing all damages and restoring the same to their original finish at
his cost. He shall also remove at his cost all unwanted and waste materials arising out of
the installation from the site of work.
PART C 227

8 COMPLETION PERIOD
The completion period indicated in the tender documents is for the entire work of
planning, designing, approval of drawings etc., arrangement of materials
&equipments, delivery at site including transportation, installation, testing,
commissioning and handing over of the entire system to the satisfaction of the
Engineer-in-charge.

9 GUARANTEE
9.1 All equipments shall be guaranteed for a period of 12 months (except LED fittings
which shall be guaranteed for minimum 5 years), from the date of taking over the
installation by the department, against unsatisfactory performance and/or break
down due to defective design, workmanship or material. The equipments or
components, or any part thereof, so found defective during guarantee period shall
be repaired or replaced free of cost, to the satisfaction of the Engineer-in Charge. In
case it is felt by the department that undue delay is being caused by the contractor
in doing this, the same will be got done by the department at the risk and cost of the
contractor. The decision of the Engineer-in-charge in this regard shall be final &
binding on the contractor.

9.2 The tender shall guarantee among other things, the following:
a. Quality, strength and performance of the materials used as per manufacturers
standards.
b. Safe mechanical and electrical stress on all parts under all specified conditions of
operation. Satisfactory operation during the maintenance period.
10 POWER SUPPLY:
The contractor has to make its own arrangement for power supply required for
execution of the work.
11 WATER SUPPLY:

The contractor has to make its own arrangement for water supply required for
execution of the work.

12 ACCEPTABLE MAKES OF VARIOUS EQUIPMENTS:

The acceptable makes of various equipments/components/accessories have been


indicated in “Acceptable Makes” appended with the tender documents. The
tenderer shall work out the cost of the offer on this basis. Alternate makes are not
acceptable.

13 DATA MANUAL AND DRAWINGS TO BE FURNISHED BY THE TENDERER:


After award of work
The successful tenderer would be required to submit the following drawings after
award of work for approval as per mile stones of tender.
a) General arrangement drawing, including detailed shop drawingsof all E&M
components, conduit size and route layout, Panel Drawing, Light Fitting
Distribution Drawing, Fire Alarm and Fire Fighting Layout, VRF AC Distribution
Layout and other drawings of all E&M components to be submitted by the agency
well in advance to get the approval from the JE(E)/AE(E)/EE (E) and care shall be
taken not to avoid any delay in the slab casting for all individual E&M component.
PART C 228

b) Details of foundations for the equipments and the weights of assembled


equipments.
c) Any other drawings necessary for the job.
d) Reflected Ceiling Plan (RCP) for all floors by incorporating all equipments likely to
come in ceiling/false ceiling shall be submitted for approval before casting of slabs
by considering all E&M components.

14. The successful tenderer should furnish well in advance of start of work, three copies of
detailed instructions and manufacturer’s manuals of all equipments regarding
installation, operation and maintenance, preventive maintenance & trouble shooting
with all the relevant data sheets, spare parts catalogue, etc.

15. EXTENT OF WORK

15.1 The work shall comprise of entire labour including supervision, all materials
necessary to make a complete installation, tests and adjustments and
commissioning, as may be required by the department. The term complete
installation shall not only mean major items of the plant and equipments covered by
specifications but all incidental sundry components necessary for complete
execution and satisfactory performance of installation with all layout charts whether
or not been mentioned in details in the tender document in connection with this
contract as this is a turnkey job.
15.2 The cables and all other items shall be brought to site only after taking correct
measurements as per actual requirement of work. Excess quantities shall not be
accepted and paid. i.e., Quantity of item brought to site and used in work as per
actual requirement shall only be measured and paid irrespective of quantities of
BOQ / work schedule. The item brought at site and paid, if not used in the project
have to be taken back by the contractor and deductions in the payment shall be
adjusted in subsequent bills. The decision of the Engineer-in-charge in this regard
shall be final & binding on the contractor.
15.3 In addition to supply, installation, testing and commissioning, of all E&M
equipment, following works shall be deemed tobe included within the scope of
work to be executed by the tenderer.
a) Minor building works necessary for installation of equipments, foundation, making
of opening in walls or in floors and restoring them to their original condition finish
and necessary grouting etc. as required.
b) All necessary supports may be arranged.
c) Testing of PTs/CTs for metering & protection purpose & relay calibration & setting.
d) Getting inspection done & obtaining approval from Central Electrical Authority and
local fire authority for energizing the installation. However, necessary fees for
inspection shall be borne by the Department.

16 Exclusion and work to be done by other agencies:


The following shall be excluded from the scope of the work:
a) Major dismantling of any existing building work.

17. INSPECTION AND TESTING

17.1 All major equipments like Transformers/DG sets/LT panels/HVAC


Equipments/Liftsetc (as per the guidelines of Quality Assurance Policy & Check List
of E & M Services/specifications) shall be offered for initial inspection contractor will
intimate the date of testing of equipments at the manufacturer’s works before dispatch.
The successful tenderer shall give advance notice of minimum two weeks regarding
PART C 229

the dates proposed for such tests to the department’s representative to facilitate his
presence during testing.
The Engineer-in-charge or his representative may witness such testing. The cost of
the Engineer’s visit to the factory will be borne by the Department. Equipments will
be inspected at the manufacturer/ Authorized Dealers premises, before dispatch to
the site by the contractor if so desired by the Engineer-in-charge. Engineer-in-charge
at his discretion may waive off inspection at factory /at the manufacturer’s works
before dispatch.
17.2 Copies of all documents of routine and type test certificates of the equipment, carried
out at the Manufacture’s premises shall be furnished to the Engineer-in-charge. The
decision of the Engineer-in-charge in this regard shall be final & binding on the
contractor.
17.3 After completion of the work in all respects the contractor shall offer the installation for
testing and operation. The contractor should submit all the related documents of
completed E&M equipment to the department for further handing over to client
department.

18. COMPLIANCE WITH REGULATIONS AND INDIAN STANDARDS


All works shall be carried out in accordance with relevant regulation,
18.1 both statutory and those specified by the Indian Standards related
to the works covered by this specification.
In particular, the equipment and installation will comply with the
following:

i) Factories Act.
ii) Indian Electricity Rules.
iii) B.I.S. & other standards as applicable.
iv) Workmen’s compensation Act.
v) Statutory norms prescribed by local bodies like CEA, Power Supply
Co., Fire authorities, etc.
18.2 After completion of the installation, the same shall be offered for inspection by the
representatives of the Central Electricity Authority if required and local fire
authority. The contractor will extend all help including test facilities to the
representatives of CEA/Local fire authority. The observations of CEA/Local fire
authority will be attended to by the contractor. The installation will be
commissioned only after getting clearance from CEA/Local fire authority.
Contractor should get inspection done & obtain approval from Central electrical
Authority and local fire authority, if applicable.
18.3 Nothing in this specification shall be construed to relieve the successful tenderer of
his responsibility for the design, manufacture and installation of the equipment
with all accessories in accordance with currently applicable statutory regulations
and safety codes.

19. INDEMNITY:
The successful tenderer shall at all times indemnify the department. Consequent on
this works contract, the successful tenderer shall be liable, in accordance with the
Indian Law and Regulations for any accident occurring due to any cause and the
contractor shall be responsible for any accident or damage incurred or claims
arising there during the period of erection, construction and putting into operation
the equipments and ancillary equipment under the supervision of the successful
tenderer to the extent the latter is responsible. The successful tenderer shall also
provide all insurance including third party insurance as may be necessary to cover
the risk. No extra payment would be made to the successful tenderer on account of
PART C 230

the above.
20. ERECTION TOOLS:
No tools and tackles either for unloading or for shifting the equipments for erection
purposes would be made available by the department. The successful tenderer shall
make his own arrangement for all these facilities.
21. COOPERATION WITH OTHER AGENCIES:
The successful tenderer shall co-ordinate with other contractors and agencies
engaged in the construction of buildings, if any, and exchange freely all technical
information so as to make the execution of this work/contract smooth. No
remuneration should be claimed from the department for such technical
cooperation. If any unreasonable hindrance is caused to other agencies and any
completed portion of the work has to be dismantled and re-done for want of
cooperation and coordination by the tenderer during the course of work, such
expenditure incurred will be recovered from the successful tenderer if the
restoration work to the original condition or specification of the dismantled portion
of the work was not undertaken by the tenderer himself.
The work will be carried out with least disturbance during shifting & shut down
taken in consultation with the client department.
22. INSURANCE AND STORAGE:
All consignments are to be duly insured upto the destination from warehouse at the
cost of the contractor. The insurance covers shall be valid till the equipment is
handed over duly installed, tested and commissioned.

23. VERIFICATION OF CORRECTNESS OF EQUIPMENT AT DESTINATION:


The contractor shall have to produce all the relevant records to certify that the
genuine equipments from the manufacturers has been supplied and erected to the
satisfaction of the Engineer-in-charge.

24. PAINTING:
This shall include cost of painting of the entire installation. The major equipments
like HT panel, transformers, L T panel, bus duct, cable trays, HVAC equipment, etc.
shall be factory final finish painted. The agency shall be required to do only
touching to the damages caused to the painting during transportation, handling &
installation at site, if there is no major damage to the painting. However, hangers,
supports etc. of bus trunking& cable tray etc. shall be painted with required shade
including painting with two coats of anticorrosive primer paint at site.
25. TRAINING:
The scope of works includes the on job technical training of two persons of
Department at site as decided by Engineer – in - charge. Nothing extra shall be
payable on this account.

26. MAINTENANCE:
Sufficient trained and experienced staff shall be made available to meet any
exigency of work during the guarantee period of one year from the handing over of
the installation.
The maintenance, routine as well as preventive, for one year from the date of taking
over the installation as per manufacturer’s recommendation.

27. Approval of drawings, makes and models of equipment/materials for all E&M
components:
27.1. The agency shall submit drawings and details such as makes and models of the
PART C 231

equipments/materials offered by him along with specifications for all E&M


components to the Engineer-in-charge of the work, before ordering the
equipment/materials for approval of the department.
27.2. The Engineer-in-charge shall scrutinize the proposal and approve the makes and
models which are acceptable as per the schedule, specifications, conditions of the
agreement and inform the agency for procurement.
27.3. After approval of the equipment/materials by the department the agency shall
procure the equipment/materials from the OEM/authorized distributor/dealer as
the case may be.

28. Adequate care that only tested and genuine materials of proper quality are used in
work shall be ensured by firm. The firm shall also ensure that:
i. Material will be ordered & delivered at site only with the prior approval of the
department to ensure timely delivery.
ii. As and when the order is placed for the fittings/ fixtures, cables, switchgears,
poles, other main items etc, its copy shall be endorsed to the Engineer-in-charge
of work.
iii. The contractor will submit makes & brands of electrical fittings wires & cables,
conduits and switchgears, rising mains, poles , outdoor fittings etc. of preferred
make list as per tender documents for approval of Engineer-In-Charge, whose
decision will be final in the matter.
iv. The firm will be required to procure material directly from the manufacturer/
authorized dealers to ensure genuineness & quality and as per the approved
makes only. Proof in this regard shall be submitted by the contractor if required
by the department.
v. Inspection at factory or at godown, as required, shall be arranged by the firm for
a mutually agreed date.
vi. Delivery of material shall be taken up only with the consent of department, after
clearance of the material.
vii. Department shall reserve the right to waive off inspection in lieu of suitable test
certificate, at its discretion.
viii. All the materials to be supplied by the contractor shall be procured & brought to
site as per requirement at site of work in consultation with department so that
these materials are not damaged & their manufacturer’s warrantee.

29. Safety Codes & Statutory Regulations:


a. Nothing in this specification shall be construed to relieve the successful tenderer
of his responsibility for the design, manufacture and installation of the
equipment with all accessories in accordance with currently applicable statutory
regulations and safety codes.
b. Successful tenderer shall arrange for compliance with statutory provisions of
safety regulations and departmental requirements of safety codes in respect of
labour employed on the work by the tenderer. Failure to provide such safety
requirement would make the tenderer liable for penalty of Rs.1000/- for each
default. In addition, the department will be at liberty to make arrangement for
the safety requirements at the cost of tenderer and recover the cost thereof from
him.

Executive Engineer (E)(Vijayawada)


PART C 232

ADDITIONAL, COMMERCIAL & TECHNICAL CONDITIONS

Scope of work: -The scope of work includes Design, Supply, installation, Testing and
Commissioning of 150 KLD Sewage Treatment Plant based Moving Bed Bio Reactor
(MBBR) Technology including cost of all associated mechanical, electrical and
instrumentation items of work etc. including miscellaneous works associated with plant
on turnkey basis, with a defect liability period of 12 months after the date of
commissioning & Trial run.
Any other Items which have not been specifically mentioned in specifications but are
necessary for construction of the Plant as per good engineering practice, safety norms
and successful operation and guaranteed performance of the entire Plant shall be
deemed to have been included within scope of work and shall be provided by the
Contractor for which nothing extra shall be paid.

Setting out: The contractor shall set out the works in relation to original points, lines and
levels of reference required for execution of work. The contractor shall be responsible for
the correct positions of all parts of the works and shall rectify any error in the positions,
levels, the dimensions or alignment of works. Carrying out& confirming the detailed
topographical survey along finalized Gravity main/Rising main alignment and treatment
plant site, disposal of treated water and sludge and establishing benchmarks atleast two
locations within the STP site and one at pumping station site.

 Supply, installation, testing & commissioning of all the piping, valves and specials etc.
as per detailed technical specification.
 Water tightness(seepage)/ testing of all the water retaining structures as required.
 Trail Run: The contractor shall initially operate the Sewage treatment plant for a period
of one month, after completion of work, for start-up/stabilization and for satisfactory
performance, by deploying experience staff in two shifts a day and the staff of the user
department shall be trained for operation of STP for which nothing extra shall be paid.
The main agreement shall be closed after successful completion of one month trial
period.
 Supply of equipment drawings, technical specification/Catalogue. Supply of as built
drawings after Completion.
 Supply of Operation & Maintenance manual including manufacturer manual of the
equipment supplied.
1. The tenderer has to make his own arrangement for the inspection of site and his stay
during the visits and no payments shall be made on this account.
2. The contractor shall get himself acquainted with the availability of materials, quarries,
kilns.
3. The water required for construction shall be arranged by the contractor and which shall
conform to CPWD specifications.
4. The pumps and machineries required to be supplied and installed shall be procured
from reputed and approved manufactures and shall be got approved and accepted by
the Executive Engineer (Elect), CPWD, Vijayawada.
PART C 233

5. The tenderer shall not sub-contract or assign any item of work without prior approval of
the Engineer – in – charge. The contractor is responsible for all the works.
6. Within 7 days of acceptance of tender, the contractor shall submit detailed design and
drawing for all components of work (civil, plant, structural, electrical, mechanical and
hydraulic) along with specifications, in duplicate. The department will scrutinize the
design and drawings and will be returned to the agency suggesting any alteration,
deviation and modifications etc., in the design and drawings and the same shall be
corrected by the agency and fresh designs/ drawings shall be submitted to respective
offices for final approval. In this connection, on request of the Engineer in charge, the
contractor shall depute the design Engineer to discuss about the details of design &
drawings.
7. The designs of Civil/ Electrical/ Mechanical portion shall be based on the latest relevant
IS codes, CPWD specifications, PH Engg. Manual, Indian Electricity Rules. Norms of
pollution control board, Local By – laws and WHO standards with up-to-date
amendments and correction slips and sound engineering practice. Each and every step of
the design calculations should be self-explanatory. Wherever formulae are adopted, they
may be printed clearly. Each factor/ parameter contained in the formula has to be stated
in clear terms regarding what for they stand/ their representation in the formula. Side
references along with calculations are to be given regarding adoption of references from
books/ manuals/ IS codes etc., including their page numbers.
8. The approval along with alteration in drawings/ design by the Executive Engineer in
charge shall not relieve the contractor of his responsibilities in terms of the contract for
soundness of design. The contractor shall be responsible for the structural safety of all
the components of work.
9. The tenderer shall submit the detailed drawings as given as below for approval from the
department.
a. Layout plan of the scheme.
b. Flow diagram, circuit diagram etc.
c. Detailed drawings and company’s catalogue etc., of all machineries,
pumps etc.,
d. Full list of all mechanical and electrical equipment with full technical
details including its quantities.
10. The tenderer shall be solely responsible for the receipt, transport and storage of any
materials, equipment etc., supplied by him until they are installed, tested and handed
over to the department. However, the material may be stored at work site at the
contractor’s own risk, cost and responsibility.
11. The department will not entertain any modification in the detailed technical parameters,
modifications in conditions, specifications and design criteria on the final accepted
technical specification based on which tender is called upon. Such modifications are not
acceptable and such tenders shall be liable for total rejection.
12. The design sheets and drawings once approved shall be the property of the CPWD. No
patent right and any other allied claim shall be entertained.
13. Any work shall be taken up for execution only after the final approval of designs and
drawing by the department. The department will not entertain any claim what – so –
PART C 234

ever in respect of works taken up for execution in anticipation of the approval for design
and drawings.
14. On commissioning of the Sewage treatment plant, a register shall be maintained for the
following details during trail run.
i. Name of operators,
ii. Working hours and shift details.
iii. Break down details and remedial measures taken.
iv. Copies of test results of the Sewage.

15. Samples of Sewage shall be tested every month during defect liability period at an
approved lab to ensure the satisfactory performance of the plant. The cost of sampling,
conveyance etc., shall be borne by the contractor. The sample shall be collected in the
presence of Engineer – in – charge or his authorized representatives. The said work is
covered under 12 months defect liability period for which nothing extra shall be paid.

16. All the materials brought to site for construction purposes shall be tested as per CPWD
specification/relevant IS code of practice.
17. The electrical works shall be got executed through electrical license holders.
18. All Electrical works shall conform to CPWD Specifications for electrical work.
19. Adequate provision shall be made in the equipment mounting to prevent excessive noise
transmission directly or through piping and structures.
20. All mechanical parts will be replaced and not repaired during defect liability period of
12 months from the date of completion of trial run.
21. After successful commissioning of the plant, the contractor shall conduct performance
tests on the equipment to satisfy the Engineer-in-charge that all equipment performs to
be rated outputs. Any or all equipment shall be replaced if the same is not working.
22. Guarantee: - The guarantee shall cover a period of 12 months from the date of expiry of
trial run of the plant.
23. On completion of the job the contractor shall handover the following to the Engineer-in-
charge.
a. One flow chart drawn in colour on a display board of 1.80m x1.20m
size made of acrylic sheet with frame showing the flow diagram of the
process including legend. Showing valves to be normally open or
closed and instruction for operation and maintenance of aerators,
diffusers, filters etc.,
b. Fivesetsofinstructionmanualsforoperatingandmaintenancewithsparep
artslistsandothermanufactureandorsuppliers.
c. Five sets of catalogues and drawing for all equipment supplied.

24. The process unit & equipment related to MBBR shall be supplied as per design
requirements/ and scope of work mentioned in tender.
25. The contractor will also provide luminous painted warning / caution notice boards with
flickering light arrangements, where the work is in progress.
26. The contractor shall have to make his own arrangements for labour stay at site.
PART C 235

27. The contractor shall take all precautions for the safety of existing nearby/adjoining main
or lateral sewers and dewatering equipment shall be kept as a standby in view the
existing sewer lines.
28. All the works for STP shall be executed in conformity, CPWD specifications, and
relevant/applicable BIS codes (latest revisions), with up-to-date correction slips.
29. The rate for STP item is for Design of STP and SITC of all E & M works and other
ancillary items including Biological Media (Except Civil construction Works) required
for satisfactory performance of 150 KLD STP as per the design and drawings to be
submitted by the contractor for approval from Engineer-in-charge. However,
drawings of required collection tanks showing dimensions and other civil works shall
be submitted within 7 days of award of work.

Executive Engineer(E)(Vijayawada)
PART C 236

RAW SEWAGE GENERATION AND CHARACTERISTICS FOR DESIGNING THE PLANT.

1. The characteristics given are indicative and subject to change. The Sewage treatment
should be based on MBBR Technology. The treated Sewage shall be subjected to
tertiary treatment. Quality of Sewage after tertiary treatment shall be in conformity
with the standards laid down by Pollution Control Board for discharge in to a
stream.
2. The tenderers are free to adopt the sizes to suit the design requirements for final
approval from State Pollution Board/ Local authorities.
3. The Sewage treatment plant shall have followed characteristic or as per the state
pollution control board norms whichever is stringent.
a. Efficient
b. Low power consumption.
c. Minimum maintenance.
d. Minimum space requirement.
e. Self-operating system.
4. The scheme proposed shall be free from environmental hazard to the occupants and
neighboring tenants.
5. The tenderer shall obtain No-Objection Certificate or any other relevant
certificate from Pollution Control Board after execution of work.
6. All the electrical works shall be as per Indian Electricity Act.

All the equipment should have the following details


a) Capacity
b) Rating
c) Vendor
d) Make
e) Full technical specification
f) Incaseofnon-availabilityduringexecutionunderforce-de-majeureClause, the
alternate supplier to be considered and its full address.

Plumbing Works:
Full specification of pipelines, valves etc., have to be mentioned. For the valves, the
make, vendor and materials description size and numbers required to be mentioned.
The site being close proximity to sea enough care shall be taken to use the material
unsusceptible for corrosion.
Panel board, wires and instruments with its full description and specification etc.,are
to be furnished.

Executive Engineer (E)(Vijayawada)


PART C 237

List Of Preferred Makes of Material


(Sewerage Treatment Plant (STP)

S.No. Item Make

1 Oil And Grease Skimmer AkarImpex/Venza/Universal/Vesel-GEPS/D-ion


/REVA/Vens/Premier
2 Raw Sewage Transfer Grundfos/Kirloskar/CRI/Crompton/Wilo
Pump/Sludge Transfer
pump/Filter Feed Pump/Treated
Water Pump
3 AirBlower Everest/TMVT/Beta/Blowvacc/Airvacc/
KPT/KAY/A1 Blowers
4 Coarse / Fine Bubble Diffuser Universal/W2pTek/Venza/Pro
Flex/Southerncogen/ Techpro/Scogen/Sreetech
5 MBBR Media Techpro/Thaha/AB Polymers/Enviro Water
Solutions/MM aqua/sreetech
6 Tube Settler Media/ Biopac Media Venza/W2ptek/Marvelous/MMaqua/ Techpro/
Cool deck/ Thaha/ MM aqua/sreetech
7 Hypo Dosing System Edose or Equivalent

8 Multi grade Sand Filter, Activated Aventura/Pentair/Venza/Starlite


Carbon Filter
9 Filter press A1 Blowers/ W2ptek/ Universal/ Venza/
Precision/Thorat/Sachin/Eureka Forbes/
Pharmatech/ AN Engineers
10 MS Pipe/ GI Pipe Jindal-Hissar/ TATA/ SAIL
11 HDPE/PVCTank Sintex/Duracon/Fusion
12 CPVC/ UPVC Pipes & Fittings Supreme/Aqurate/Prince/Astral/Finolex

13 Pipe Fittings Zoloto/Unik/Sant


14 Ball Valve, Butterfly Valve, Castle/Zoloto/Koro/Kirloskar/Kalpana/ SANT
Non-Return Valve, Motorized
Valve, Pressure Relief Valve,
Y-Strainer
15 Pressure Gauge HGuru/Feibig/Gluck/Indofos/Sintex

16 Pressure Switch INDOFOSS/ FEIBIG/ Honeywell/


SYSTEMSENSOR/ Danfoss
17 Flow Meter Adept/Zest/Aster
18 pH Sensor Aster/Digital/AkarImpex

19 Meters Schneider/Siemens/Legrand / Secure/L&T


Socomec/ AE / Conserv
PART C 238

S.No. Item Make

20 UG Cables/Control Cables Universal / RPG Cables /Finolex / Havells/RR


Kable /Gloster/Torrent/KEI/Polycab.
21 Control Panel CPRI Panel Fabricator

22 Selector Switches Rishabh/Conserv/Kaycee /AE

23 MCCB/MCB Legrand/ Schneider/Siemens/L&T/ABB

24 Motor Starters ABB/SchneiderElectric/L&T/Siemens/ BCH

All other items not covered As per approval of the Engineer-in-charge.


above

Note: -
1. Tenderers quoting for make & models other than above will be rejected.
2. Apart from the above makes, makes approved by ADG, RH-Hyderabad and/or SDG,
Chennai, satisfying the technical specifications of the item(s) mentioned in the tender
document are also acceptable. Also, preference will be given to Public Procurement
(Preference to Make in India) order compliant products.
3. The department reserves the right to add or delete any material/make/brand in the list of
approved material/make/brand subject to the recovery of financial implications.
4. The makes shall be approved by the competent authority of CPWD and /or client department
before procuring the material.
5. The department reserves to right to get the materials tested in a recognized laboratory/test
house for its conformity to the tender specifications.

Executive Engineer (E)(Vijayawada)


PART D 239

PART - D
Schedule of Quantities
PART D 240

SCHEDULE OF QUANTITIES

Name of Work: Construction of 150 KLD Capacity Sewage Treatment Plant including
SITC of E&M works and distribution lines for treated water at CRPF Campus, Kalikiri,
Chittoor Dist., A.P.
Civil Component
Sl. No Description Quantity Unit Rate Amount
1 EARTH WORK
1.1 Earth work in excavation by
mechanical means (Hydraulic
excavator)/ manual means over areas
(exceeding 30 cm in depth, 1.5 m in
width as well as 10 sqm on plan)
including getting out and disposal of
excavated earth for all leads and lifts
within the campus, as directed by
Engineer-in-charge.
1.1.1 All kinds of soil 60.00 cum 186.52 11191.00
1.2 Earth work in excavation by
mechanical means (Hydraulic
excavator) / manual means over areas
(exceeding 30 cm in depth, 1.5m in
width as well as 10 sqm on plan)
including getting out and disposal of
excavated earth, lead up to 50 m and all
lift, as directed by Engineer-in-Charge.
1.2.1 Ordinary rock 240.00 cum 524.26 125822.00
1.2.2 Hard rock (blasting prohibited) 240.00 cum 1505.80 361392.00
1.3 Excavating trenches of required width
for pipes, cables, etc, including
excavation for sockets, depth up to 1.5
m, including getting out the excavated
materials, returning the soil as required
in layers not exceeding 20 cm in depth,
including consolidating each deposited
layers by ramming, watering etc.,
stacking serviceable material for
measurements and disposal of
unserviceable material as directed, for
all leads and lifts within the campus:
1.3.1 Ordinary rock :
1.3.1.1 Pipes, cables etc. exceeding 80 mm dia 20.00 metre 1049.42 20988.00
but not exceeding 300 mm dia.
1.4 Filling available excavated earth 300.00 cum 205.96 61788.00
(excluding rock) in trenches, plinth,
sides of foundations etc. in layers not
exceeding 20cm in depth, consolidating
each deposited layer by ramming and
watering, for all leads within the
campus and for all lifts.
PART D 241

Sl. No Description Quantity Unit Rate Amount


1.5 Structural analysis and design of the 1.00 Job 25000.00 25000.00
150 KLD capacity RCC Sewerage
Treatment Plant of approved
technology, conforming to all relevant
provisions of the National Buildings
Code 2016 and other applicable codes
of practice of Bureau of Indian
Standards, supply of six sets all good
for construction structural drawings
including the revisions if any, proof
checking the designs and drawings
from Andhra University Vizag/JNTU
Kakinada/ JNTU Hyd/NIT
Warangal/IIT Chennai/SVU Tirupati
or any other Govt Engineering college,
etc., as directed by Engineer-In-charge.
The work shall be carried out as per the
particular specifications & special
conditions in the NIT and directions of
the Engineer-in-charge.
2 CONCRETE WORK
2.1 Providing and laying in position
cement concrete of specified grade
excluding the cost of centering and
shuttering - All work up to plinth level:
Note: If the agency wants to procure
the concrete from the RMC plant, they
can procure with prior approval of the
design mix and RMC plant from the
Engineer in charge. No additional
clams will be admissible in this regard.
2.1.1 1:2:4 (1 Portland Pozzolana Cement : 2 2.00 cum 8279.04 16558.00
coarse sand (zone-Ill) derived from
natural sources : 4 graded stone
aggregate 20 mm nominal size
derived from natural sources)
2.1.2 1:5:10 (1 Portland Pozzolana Cement : 5 27.00 cum 6850.01 184950.00
coarse sand(zone-III) derived from
natural sources : 10 graded stone
aggregate 40 mm nominal size derived
from natural sources)
3 REINFORCED CEMENT CONCRETE
3.1 Centering and shuttering including
strutting, propping etc. and removal of
form for
3.1.1 Foundations, footings, bases of columns, 50.00 sqm 412.09 20605.00
etc. for mass concrete.
3.1.2 Walls any thickness) including attached 1300.00 sqm 885.33 1150929.00
pilasters, butteresses, plinth and string
courses etc.
3.1.3 Suspended floors, roofs, landings, 170.00 sqm 974.39 165646.00
balconies and access platform
3.1.4 Lintels, beams, plinth beams, girders, 50.00 sqm 773.84 38692.00
bressumers and cantilevers
PART D 242

Sl. No Description Quantity Unit Rate Amount


3.1.5 Small lintels not exceeding 1.5 m clear 10.00 sqm 412.09 4121.00
span, moulding as in cornices, window
sills, string courses, bands, copings,
bed plates, anchor blocks and the like.
3.1.6 Weather shade, Chajjas, corbels etc., 10.00 sqm 999.45 9995.00
including edges
3.2 Steel reinforcement for R.C.C. work
including straightening, cutting,
bending, placing in position and
binding all complete upto plinth level.
3.2.1 Thermo-Mechanically Treated bars of 17000.00 kg 113.33 1926610.00
grade Fe-500D or more.
3.3 Steel reinforcement for R.C.C. work
including straightening, cutting,
bending, placing in position and
binding all complete above plinth level.
3.3.1 Thermo-Mechanically Treated bars of 9000.00 kg 113.33 1019970.00
grade Fe-500D or more.
3.4 Providing and laying in position ready
mixed or site batched design mix
cement concrete for reinforced cement
concrete work; using coarse aggregate
and fine aggregate derived from
natural sources, Portland Pozzolana
/ Ordinary Portland /Portland Slag
cement, admixtures in
recommended proportions as per IS:
9103 to accelerate / retard setting of
concrete, to improve durability and
workability without impairing
strength; including pumping of
concrete to site of laying, curing,
carriage for all leads; but excluding the
cost of centering, shuttering, finishing
and reinforcement as per direction of
the engineer-in-charge; for the
following grades of concrete.
Note: Extra cement up to 10% of the
minimum specified cement content in
design mix shall be payable separately.
In case the cement content in design
mix is more than 110% of the specified
minimum cement content, the
contractor shall have discretion to
either re-design the mix or bear the cost
of extra cement.
3.4.1 All works upto plinth level
3.4.1.1 Concrete of M30 grade with minimum 170.00 cum 10146.60 1724922.00
cement content of 350 kg /cum
3.4.2 All works above plinth level upto floor
V level
3.4.2.1 Concrete of M30 grade with minimum 90.00 cum 10520.33 946830.00
cement content of 350 kg /cum
PART D 243

Sl. No Description Quantity Unit Rate Amount


3.5 Add for using extra cement in the items 50.00 quintal 770.79 38540.00
of design mix over and above the
specified cement content therein.
4 MASONRY WORK
4.1 Factory made Flyash based Precast 1.00 cum 6539.65 6540.00
Cement Concrete solid block masonry
work with blocks of required size
having minimum compressive strength
not less than 70kg/sqcm (The size and
quality of CC blocks must be approved
by the Engineer in Charge before the
Agency procures them)
in foundation and plinth with Cement
mortar 1:6 (1 Portland Pozzolana
Cement : 6 coarse sand).
Note: 1. The cement concrete blocks
shall contain minimum of 40% flyash
by volume of blocks.
5 STEEL WORK
5.1 Supplying and fixing rolling shutters of
approved make, made of required size
M.S. laths, interlocked together
through their entire length and jointed
together at the end by end locks,
mounted on specially designed pipe
shaft with brackets, side guides and
arrangements for inside and outside
locking with push and pull operation
complete, including the cost of
providing and fixing necessary 27.5 cm
long wire springs manufactured from
high tensile steel wire of adequate
strength conforming to IS: 4454 - part 1
and M.S. top cover of required
thickness for rolling shutters.
5.1.1 80x1.20 mm M.S. laths with 1.20 mm 5.00 sqm 3475.18 17376.00
thick top cover.
5.2 Providing and fixing ball bearing for 2.00 each 517.38 1035.00
rolling shutters.
5.3 Extra for providing grilled rolling 1.00 each 807.31 807.00
shutters manufactured out of 8 mm dia
M.S. bar instead of laths as per design
approved by Engineer-in- charge, (area
of grill to be measured).
5.4 Steel work welded in built up sections/
framed work, including cutting,
hoisting, fixing in position and
applying a priming coat of approved
steel primer using structural steel etc.
as required.
5.4.1 In gratings, frames, guard bar, ladder, 250.00 kg 181.37 45343.00
railings, brackets, gates, shutters and
similar works including ornamental work
as per approved drawing.
PART D 244

Sl. No Description Quantity Unit Rate Amount


5.5 Providing and fixing hand rail of
approved size by welding etc. to steel
ladder railing, balcony railing, staircase
railing and similar works, including
applying priming coat of approved
steel primer.
5.5.1 G.I. pipes 250.00 kg 213.37 53343.00
6 FINISHING
6.1 12 mm cement plaster of mix:
6.1.1 1:6 (1 cement: 6 fine sand) 20.00 sqm 350.30 7006.00
6.2 Cement plaster 1:3 (1 cement: 3 coarse
sand) finished with a floating coat of
neat cement.
6.2.1 12 mm cement plaster 600.00 sqm 472.41 283446.00
6.3 6 mm cement plaster of mix:
6.3.1 1:3 (1 cement : 3 fine sand) 400.00 sqm 315.72 126288.00
6.4 Finishing walls with Acrylic Smooth
exterior paint of required shade :
6.4.1 New work (Two or more coat applied 350.00 sqm 168.76 59066.00
@ 1.67 ltr/10 sqm over and including
priming coat of exterior primer applied
@ 0.90 litre/10 sqm)
6.5 Finishing with Epoxy paint (two or
more coats) at all locations prepared
and applied as per manufacturer's
specifications including appropriate
priming coat, preparation of surface,
etc. complete.
6.5.1 On steel work 100.00 sqm 254.04 25404.00
6.6 Wall painting with premium acrylic
emulsion paint of interior grade,
having VOC (Volatile Organic
Compound ) content less than 50
grams/ litre. of approved brand and
manufacture, including applying
additional coats wherever required to
achieve even shade and colour.
6.6.1 Two or more coats on new work 180.00 sqm 150.06 27011.00
6.7 Applying priming coat of:
6.7.1 With water thinnable cement primer on 180.00 sqm 77.71 13988.00
wall surface having VOC content less
than 50 grams/ litre.
7 REPAIRS TO BUILDING
7.1 Cleaning of chocked sewer line by 2400.00 metre 358.07 859368.00
diesel running vehicle mounting
hydraulic operated high pressure
suction cum jetting sewer cleaning
machine fitted with pump having 4000
litres suction capacity and 6000 litres
water jetting tank capacity including
skilled operator, supervising engineer
PART D 245

Sl. No Description Quantity Unit Rate Amount


etc. for cleaning and partial de-silting
of manholes and de-chocking of sewer
lines. De-chocking and flushing of
sewer line from one manhole to
another by high pressure jetting system
of 2200 PSI for sewer lines of various
diameters and at depths.
8 WATER SUPPLY
8.1 Providing and fixing 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
8.1.1 50 mm nominal dia pipes 200.00 metre 981.64 196328.00
8.2 Providing and fixing Chlorinated
Polyvinyl Chloride (CPVC) pipes,
having thermal stability for hot & cold
water supply including all CPVC plain
& brass threaded fittings This includes
jointing of pipes & fittings with one
step CPVC solvent cement, trenching,
refilling & testing of joints complete as
per direction of Engineer in Charge.
8.2.1 65 mm nominal dia pipes 300.00 metre 1759.53 527859.00
8.2.2 75 mm nominal dia pipes 300.00 metre 2276.49 682947.00
8.2.3 100 mm nominal dia pipes 200.00 metre 3438.03 687606.00
9 DRAINAGE
9.1 Providing and laying non-pressure
NP2 class (light duty) R.C.C. pipes with
collars jointed with stiff mixture of
cement mortar in the proportion of 1:2
(1 Portland Pozzolana cement : 2 fine
sand) including testing of joints etc.
complete :
9.1.1 300 mm dia. R.C.C. pipe 20.00 metre 1044.85 20897.00
9.2 Constructing brick masonry manhole
in cement mortar 1:4 ( 1 cement : 4
coarse sand ) with R.C.C. top slab with
1:1.5:3 mix (1 cement : 1.5 coarse sand
(zone-III) : 3 graded stone aggregate 20
mm nominal size), foundation concrete
1:4:8 mix (1 cement : 4 coarse sand
(zone-III) : 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
PART D 246

Sl. No Description Quantity Unit Rate Amount


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
9.2.1 Inside size 120x90 cm and 90 cm deep
including 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:
9.2.1.1 With common burnt clay F.P.S. (non 1.00 each 22567.90 22568.00
modular) bricks of class designation 5.0
9.3 Providing orange colour safety foot rest 100.00 each 581.85 58185.00
of minimum 6 mm thick plastic
encapsulated as per IS : 10910, on 12
mm dia steel bar conforming to IS:
1786, having minimum cross section as
23 mmx25 mm and over all minimum
length 263 mm and width as 165 mm
with minimum 112 mm space between
protruded legs having 2 mm tread on
top surface by ribbing or chequering
besides necessary and adequate
anchoring projections on tail length on
138 mm as per standard drawing and
suitable to with stand the bend test and
chemical resistance test as per
specifications and having
manufacture's permanent identification
mark to be visible even after fixing,
including fixing in manholes with
30x20x15 cm cement concrete block
1:3:6 (1 cement : 3 coarse sand : 6
graded stone aggregate 20 mm nominal
size) complete as per design.
9.4 Making connection of drain or sewer
line with existing manhole including
breaking into and making good the
walls, floors with cement concrete 1:2:4
mix (1 cement : 2 coarse sand : 4 graded
stone aggregate 20 mm nominal size)
cement plastered on both sides with
cement mortar 1:3 (1 cement : 3 coarse
sand) finished with a floating coat of
neat cement and making necessary
channels for the drain etc. complete :
9.4.1 For pipes 100 to 250 mm diameter 10.00 each 851.65 8517.00
10 ALUMINIUM WORK
10.1 Providing and fixing aluminium work
for doors, windows, ventilators and
PART D 247

Sl. No Description Quantity Unit Rate Amount


partitions with extruded built up
standard tubular sections/appropriate
Z sections and other sections of
approved make conforming to IS: 733
and IS: 1285, fixing with dash fasteners
of required dia and size, including
necessary filling up the gaps at
junctions, i.e. at top, bottom and sides
with required EPDM rubber/neoprene
gasket etc. Aluminium sections shall be
smooth, rust free, straight, mitred and
jointed mechanically wherever
required including cleat angle,
Aluminium snap beading for glazing /
paneling, C.P. brass/ stainless steel
screws, all complete as per architectural
drawings and the directions of
Engineer-in-charge. (Glazing, paneling
and dash fasteners to be paid for
separately) :
10.1.1 For fixed portion
10.1.1.1 Powder coated aluminium (minimum 50.00 kg 557.89 27895.00
thickness of powder coating 50 micron)
10.1.2 For shutters of doors, windows &
ventilators including providing and
fixing hinges/ pivots and making
provision for fixing of fittings wherever
required including the cost of EPDM
rubber / neoprene gasket required
(Fittings shall be paid for separately).
10.1.2.1 Powder coated aluminium (minimum 20.00 kg 666.71 13334.00
thickness of powder coating 50 micron)
10.2 Providing and fixing glazing in
aluminium door, window, ventilator
shutters and partitions etc. with EPDM
rubber / neoprene gasket etc. complete
as per the architectural drawings and
the directions of engineer-in-charge .
(Cost of aluminium snap beading shall
be paid in basic item):
10.2.1 With float glass panes of 5 mm 10.00 sqm 1581.78 15818.00
thickness (weight not less than 12.50
kg/sqm)
11 WATER PROOFING
11.1 Providing and laying 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
PART D 248

Sl. No Description Quantity Unit Rate Amount


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 Portland Pozzolana 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 Portland Pozzolana 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 joint less cement mortar of mix 1:4
(1 Portland Pozzolana 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 :
11.1.1 With average thickness of 120 mm and 50.00 sqm 1770.25 88513.00
minimum thickness at khurra as 65
mm.
PART D 249

Sl. No Description Quantity Unit Rate Amount


11.2 Providing and mixing integral 300.00 kg 407.73 122319.00
crystalline admixture for water
proofing treatment to RCC structures
like basement raft, retaining walls,
reservoir, sewage & water treatment
plant, tunnels / subway and bridge
deck etc. at the time of transporting of
concrete into the drum of the ready-
mix truck , using integral crystalline
admixture @ 0.80% (minimum) to the
weight of cement content per cubic
meter of concrete) or higher as
recommended by the manufacturer's
specification in reinforced cement
concrete at site of work. The material
shall meet the requirements as
specified in ACI-212-3R-2010 i.e. by
reducing permeability of concrete by
more than 90%, compared with control
concrete as per DIN 1048 and resistant
to 16 bar hydrostatic pressure. The
crystalline admixture shall be capable
of self-healing of cracks up to a width
of 0.50mm. The work shall be carried
out all complete as per specification
and the direction of the Engineer-in-
charge. The product performance shall
carry guarantee for 10 years against
any leakage.Note: 10% of value of this
item to be deducted as additional
security and to be released after
successful completion of 10 years.
11.3 Providing and applying integral
crystalline slurry of hydrophilic in
nature for waterproofing treatment to
the RCC structures like retaining walls
of the basement, water tanks, roof
slabs, podiums, reservior, sewage &
water treatment plant, tunnels /
subway and bridge deck etc., prepared
by mixing in the ratio of 5 : 2 (5 parts
integral crystalline slurry : 2 parts
water) for vertical surfaces and 3 : 1 (3
parts integral crystalline slurry : 1 part
water) for horizontal surfaces and
applying the same from negative
(internal) side with the help of
synthetic fiber brush. The material shall
meet the requirements as specified in
ACI- 212-3R-2010 i.e by reducing
permeability of concrete by more than
90% compared with control concrete as
per DIN 1048 and resistant to 16 bar
hydrostatic pressure on negative side.
PART D 250

Sl. No Description Quantity Unit Rate Amount


The crystalline slurry shall be capable
of self-healing of cracks up to a width
of 0.50mm. The work shall be carried
out all complete as per specification
and the direction of the engineer-in-
charge. The product performance shall
carry guarantee for 10 years against
any leakage.
11.3.1 For vertical surface two coats @ 0.70 kg 600.00 sqm 496.94 298164.00
per sqm
12 RAIN WATER HARVESTING &
TUBEWELLS
12.1 Providing and fixing factory made 5.00 sqm 1471.12 7356.00
precast RCC drain covers, having
concrete of strength not less than M-25,
of required size, reinforced with 8 mm
dia main bars, distribution bars and
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.
Total 12158876.00

Contractor Executive Engineer


PART D 251

Electrical Component

S.No Description Qty Unit Rate Amount


SH- I Electro mechanical component of
Sewage Treatment Plant (STP)
1 Designing, supplying, installing, testing &
commissioning of 150 KLD capacity
Sewage Treatment Plant (Moving Bed Bio-
Reactor Technology), including all Electro
mechanical components consisting of
Pumps, Blowers, Valves, pressure gauges,
level controllers, filters, UPVC Piping etc
with the following additional conditions
and specifications.
The STP shall be designed for operating in
one circuit with suitable number of pumps.
The design/ entire scheme shall be got
approved from the Engineer-in-charge
before execution of work. The STP shall
comprise the following electro mechanical
equipment i/c Main control panel and
inter-connecting Cabling from Main
control panel to motor and reactors etc.,
but not limited to the following and shall
also include all other components also as
may be required for proper and efficient
operation of the plant. (All the machinery
such as pumps, blowers etc shall be in N +
N configuration i.e., one standby for every
working)
Sewage condition before treatment
Daily average flow:- 150 m3/day
pH:- 6.5 - 8.5
BOD:- Upto 350 ppm
COD:- Upto 600 ppm
Total Suspended Solids:- Upto 250 ppm
Oil and Grease :- Upto 50 ppm
E–Coli:- 2.1 x 108 (MPN/100ml)
Sewage condition after treatment
P.H:- 6.0 to 9.0
BOD (mg/l):- Not more than 10
COD (mg/l):- Not more than 50
TSS (mg/l):- Not more than 20
Oil and Grease:- Not more than 5
Total Nitrogen :- Not more than 10
E–Coli:- Nil
Electro-mechanical Components of the
STP (as per the technical specifications
attached)
PART D 252

S.No Description Qty Unit Rate Amount


(a) BAR CHAMBER SCREEN
Bar screen shall be of size not less than 800
mm x 1000 mm, made up of SS 304 grade,
having openings of size not more than 6
mm, so as exclude large sized particles
from entering the STP plant-1 No.
(b) OIL & GREASE SKIMMER
Oil and grease skimmer of Capacity not
less than 100 LPH, having Oleophilic belt,
driven by suitable motor with mounting
arrangement and oil collection bin, suitable
size, as per manufacturer's design etc. as
required. - 1 No.
(c) RAW SEWAGE TRANSFER PUMPS
Non clog, self-priming raw sewage transfer
pumps of suitable rating for transfer
Sewage from Equalization tank to MBBR
tank and liquid discharge rate of minimum
7.5 m3/hr at a head of 12 mtrs, including
individual suction & common header
delivery, NRV & Ball valve provision at
suction & delivery, electrical wiring,
earthing, anti-vibration pads etc as
required - 2 Nos. (1No. Working + 1 No.
Standby)
(d) AIR BLOWERS
Twin lobe rotary type air blower capable of
delivering not less than 190 m3/hr of Air at
0.5 Kg/cm2 (nominal pressure), driven
through “V” belt or directly coupled/
through flexible coupling to a suitable
TEFC motor with accessories MS base
plate, safety valves, suction filter, NRV,
PRV, Pressure gauge, anti-vibration pads,
V belt and driven pulleys including
foundation, Piping and fittings for air grid,
Level switches and controllers, earthing etc
as required. - 2 Nos. (1No. Working + 1
No. Standby)
(e) COARSE BUBBLE DIFFUSER
Coarse bubble disc type diffuser of size 90
mm dia., x 800 mm long tubular type of
EPDM/Silicon with anti-fungal treatment
to provide clog free oxygen for
Equalization tank, piping and fittings etc as
required. (for Equalization tank) - 9 Nos.
(minimum)
(f) FINE BUBBLE MEMBRANE TUBE
DIFFUSER
Fine bubble membrane tube diffuser of size
90 mm x 1000 mm of EPDM/Silicon with
anti-fungal treatment to provide clog free
PART D 253

S.No Description Qty Unit Rate Amount


oxygen for MBBR tank, piping and fittings
etc as required. (for MBBR tanks) - 15 Nos.
(minimum)
(g) MBBR MEDIA
Polypropylene UV Stabilized cylindrical
shape MBBR media, 22 mm dia., 16mm
height - not less than 12.5 m3
(h) TUBE SETTLER
Rectangular/Hexagonal shaped UV
treated UPVC Tube settler media of
thickness 1.1mm (+/- 0.1mm). - 12.5 m3
(i) SLUDGE TRANSFER PUMP
Non-Clog, Self-Priming, Sludge transfer
pumps having a liquid discharge rate of
minimum 6.0 m3/hr at a head of 12 meters
(nominal) including individual suction &
common header delivery, NRV & Ball
valve provision at suction & delivery,
earthing, anti-vibration pads etc as
required - 2 Nos. (1 No. Working + 1 No.
Standby)
(j) HYPO DOSING SYSTEM/CHLORINE
Automatic electronic sodium/chlorine
hypo dosing unit with automatically
operated dosing pump. The Sodium
hypochlorite system, compound that can
be effectively used for water sanitation
with dosing pump of capacity-0-15 lph,
HDPE tank-100 litres, inlet / outlet
connections, valves, etc complete as
required. - 1 No.
(k) FILTER FEED PUMP
Self-Priming, Monoblock filter feed pump
having a liquid discharge rate of minimum
10 m3/hr at a head of 30-32 meters
(nominal) including individual suction &
common header delivery, NRV & Ball
valve provision at suction & delivery,
earthing, anti-vibration pads etc as
required - 2 Nos. (1No. Working + 1 No.
Standby)
(l) PRESSURE SAND FILTER
Dual Media Filter in FRP having working
pressure for 3.5 kg/sq.cm. with suitable
frontal pipeline & 6 way multiport valve of
suitable dia Multigrade sand, filtering
sand media, pressure gauge with air
release valve, strainer for distribution, etc.,
(Dia 1000 mm x Height 1800 mm) (nominal
or bigger size) - 1 No.
(m) ACTIVATED CARBON FILTER
Dual Media Filter in FRP having working
pressure for 3.5 kg/sq.cm. with suitable
frontal pipeline & 6 way multiport valve of
PART D 254

S.No Description Qty Unit Rate Amount


suitable dia activated carbon granules,
pressure gauge with air release valve,
strainer for distribution, etc., (Dia 1000 mm
x Height 1800 mm) (nominal or bigger size)
- 1 No.
(n) FILTER PRESS FEED PUMP
Supplying, installing, testing and
commissioning of Filter press feed pumps
of suitable capacity of Screw type. The
pump shall be coupled to the adequate HP.
electrical motor, mounted on a common
base frame as per technical specifications.
The Pumps shall be (1 Working + 1
Standby) configuration.
Duty: 2 m3/hr @ 45m head
Type: Helical screw pump
Material of Construction
Body & Impeller- Cast Iron, Shaft- Stainless
Steel
Application: Sludge feed to Filter Press
Quantity: 2 Nos (1 working + 1 Stand by)
(o) FILTER PRESS
Supplying, installing, testing and
commissioning of Filter Press suitable for
dewatering of sludge with complete
accessories
Capacity: 500 LPH
Type of closing mechanism: Mechanical
Material of Construction
Body- MS/ Cast Iron and Plates-
Polypropylene
Application: Dewatering of sludge
(p) POLY DOSING SYSTEM
Supplying, installation, testing and
commissioning of on line automatic
electronic Polymer Dosing unit with
automatically operated dosing pump etc.
The unit shall comprise of the following
One no. Single molded HDPE cylindrical
type chemical solution tank of 100 liters
capacity having detachable lids with
molded inserts for mounting of pump
One no Electronic diaphragm type positive
displacement pump of approved make, for
chemical dosing with plastic head. The
electronic pump shall be operated on 220V
single phase supply and shall be mounted
directly on the tank top.
Capacity : 0-6LPH
Type: Metering pump
Material of Construction: Polypropylene
PART D 255

S.No Description Qty Unit Rate Amount


Dosing tank MOC: HDPE
Dosing tank Capacity: 50 ltrs
(q) PLANT PIPING/FLANGES
Plant Piping with UPVC 10 Kg/sqcm pipes
with fittings and approved make valves,
gauges, instrumentation etc.,for all
plumbing lines and MS ''B'' Class pipeline
with fittings for Blower Air Lines, The
quote shall also includes Level Controllers,
Pressure Gauges, Valves , NRVs, and
necessary Metering equipment.
Sewage/ Sludge line- UPVC Sch 40
Air line: MS 'B' Class
(r) STP PANEL
Supply, installation, testing and
commissioning of non-compartmental
type, front operated, front access, totally
enclosed, free standing, dust and vermin
proof (Indoor type) with IP 55 protection,
fabricated from 1.6 mm thick CRCA sheets,
with hinged, gasketed and lockable doors
including the cost of interconnections,
copper crimping lugs, brass glands,
bonding to earth and painting, suitable for
use at 415 volts, 3 phase 4 wire 50 Hz
system with 16 KA rupturing capacity at
415 volts complete.
Electrical Motor Control Centre shall be
suitable for all equipment's connected to
the STP with 2 Nos of spare feeders.
(s) CABLES AND CABLE TERMINATIONS
Inter unit cabling for all equipment's with
necessary copper flexible cables, Copper
8SWG wire for earthing, with necessary
termination lugs, glands etc. complete. 1 Job 3436631.00 34,36,631.00

Total 34,36,631.00

Contractor Executive Engineer


PART D 256

Central Public Works Department


NIT No. 06/EE/Tiruapti/e-Tender/2025-26 (Recall)

Name of Work: Construction of 150 KLD Capacity Sewage Treatment Plant including SITC
of E&M works and distribution lines for treated water at CRPF Campus, Kalikiri, Chittoor
Dist., A.P.
ABSTRACT OF COST
Name of the Contractor

Percentage
above or
Sl. Estimated % In Total
Name of Component below the
No. Cost Figures Cost
estimated
cost
1 Construction of 150 KLD
Capacity Sewage Treatment
Plant including SITC of E&M
works and distribution lines for
treated water at CRPF Campus,
Kalikiri, Chittoor Dist., A.P.
Civil component 1,21,58,876/-
Electrical component 34,36,631/-
GRAND TOTAL 1,55,95,507/-
Important Note:
1. The estimated cost of tender has been worked out by taking into consideration the cost
index of Chittor District for DSR 2023 (Civil) & DSR 2022 (E&M) items and market rates
for NSR items; therefore, are adjusted accordingly.
2. The tenderer is to quote a single consolidated percentage only separately for Civil and
Electrical Component at par/above/below estimated cost to cover all the rates of all the
items under the schedule of composite tender.
3. If the percentage quoted is not clear, or if the rate is not quoted in percentage, the
tender shall be treated as invalid and will not be considered as lowest tenderer.

Contractor Executive Engineer


PART E 257

PART – E

TENDER DRAWINGS

(Indicative only)

Name of Work: Construction of 150 KLD Capacity


Sewage Treatment Plant including SITC of E&M
works and distribution lines for treated water at
CRPF Campus, Kalikiri, Chittoor Dist., A.P.
PART E 258

You might also like