0% found this document useful (0 votes)
156 views162 pages

NIT57 Choppadandi

The document is a Notice Inviting Tender (NIT) for the renovation of a guest house at Jawahar Navodaya Vidyalaya in Choppadandi, Karimnagar, with an estimated cost of Rs. 5,68,253 and a completion period of 90 days. It outlines the bidding process, including submission details, eligibility criteria, and required documentation for contractors. The deadline for bid submission is set for 15:00 hours on 23-11-2022, and the document emphasizes compliance with various conditions and regulations.

Uploaded by

ashokg0209
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)
156 views162 pages

NIT57 Choppadandi

The document is a Notice Inviting Tender (NIT) for the renovation of a guest house at Jawahar Navodaya Vidyalaya in Choppadandi, Karimnagar, with an estimated cost of Rs. 5,68,253 and a completion period of 90 days. It outlines the bidding process, including submission details, eligibility criteria, and required documentation for contractors. The deadline for bid submission is set for 15:00 hours on 23-11-2022, and the document emphasizes compliance with various conditions and regulations.

Uploaded by

ashokg0209
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

1

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
OFFICE OF THE ASSISTANT ENGINEER,
KARIMNAGAR-IV, KARIMNAGAR ,CENTRAL SUB- DIVISION
KARIMNAGAR – 505 001.

NIT No.57/EE/Hyderabad-IV/E-tender/2022-23

Name of Work: Renovation of Guest House at Jawahar Navodaya Vidyalaya,


Choppadandi, Karimnagar Dist.

NIT Amount: Rs. 5,68,253/-

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
2

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
3

INDEX
Name of Work: Renovation of Guest House at Jawahar Navodaya Vidyalaya, Choppadandi,
Karimnagar Dist.
[Link] Content Page
Part A 5
1 Notice inviting e-Bid 7-8
2 Information and instructions for bidders for e- tendering 9-12
3 List of Documents -13-
4 Notice Inviting Tender CPWD-6 for e-tendering 15-23
5 C.P.W.D Form No – 7, Tender, Acceptance 24-26
6 Proforma of Schedules A to F 27-34
7 Form of Performance Guarantee/ Bank Guarantee Bond [ AnnexureI & II] 35-38
8 Sample of Acceptance and Commencement letters [ Annexure III & IV] 39
9 Guarantee for removal of Defects after completion in respect of Water Proofing Works -40-41-
(Annexure-V)
10 Guarantee bond for removal of defects after completion in respect of Aluminium Doors, -42-
Windows, Ventilators and curtain glazing work (Annexure – VI)
11 Field Testing equipment and Instruments to be provided by the Contractor at his own cost -43-
(Annexure-VII)
12 Minimum required T & P to be owned / Taken on lease by the contractor (Annexure – VIII) -44-45-
13 Rate of Seiniorage charges 46-50
14 Department of Mines and Geology 51-52
15 PART B -53-
16 Special Conditions and Guidelines for COVID-19 55-87
17 Particular Specifications 88-108
18 Environment Management 109-112
19 List of preferred brand/Manufacturers/makes 113-146
20 Sketch showing Fixing Details of Vertical CI / SCI Pipes / Stacks -147-
21 Schedule Of Quantities 149-160
22 Abstract of COST -161-
Certified that this N.I.T contains 1 to 162 pages only.

Notice Inviting Tender approved for Rs.5,68,253/- (Rupees Five Lakhs Sixty Eight Thousand and
Two Hundred and Fifty Three only).

Assistant Engineer
KCSD, CPWD, Karimngar

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
4

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
5

PART - A

PART-A

Name of Work: - Renovation of Guest House at Jawahar Navodaya Vidyalaya,


Choppadandi, Karimnagar Dist.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
6

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
7

CENTRAL PUBLIC WORKS DEPARTMENT


NOTICE INVITING e-BID

The Assistant Engineer, KCSD, CPWD, Karimnagar on behalf of President of India invites online
Percentage Rate Bid from approved and eligible contractors of CPWD(Buildings & Roads
category) in Single bid system for the following work:-

NIT No.57/EE/Hyderabad-IV/E-tender/2022-23

Name of Work: Renovation of Guest House at Jawahar Navodaya Vidyalaya, Choppadandi,


Karimnagar Dist.

Estimated Cost Put to Tender : Rs.5,68,253/-

Earnest Money : Rs.11,365/-

Period of completion : 90 days

Last time and date of submission of online bid: 15:00 hours on 23-11-2022

The bid forms and other details can be obtained from the website[Link] or
[Link]. Further modification or change of dates, if any, can be seen in the above stated
tender web site.

Assistant Engineer
KCSD, CPWD, Karimngar

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
8

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
9

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING


FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE
(Applicable for inviting open bids)
The Assistant Engineer, KCSD, CPWD, Karimnagar on behalf of President of India invites online
Percentage Rate Bid from approved and eligible contractors of CPWD (Buildings & Roads category) in
Single bid system for the following work:-
[Link]. Description Details
1 NIT No. 57/EE/Hyderabad-IV/E-tender/2022-23
2 Name of Work & Locations Renovation of Guest House at Jawahar Navodaya
Vidyalaya, Choppadandi, Karimnagar Dist.
3 Estimated Cost Put to Bid Rs.5,68,253/-
4 Earnest Money (EMD) Rs.11,365/-
5 Period of Completion 90 days
6 a. Last date & time for Upto 15:00 Hours on 23.11.2022
submission of original EMD
with any CPWD, Executive
Engineer. Upto 15:00 Hours on 23.11.2022
b. Last date of online submission
of bid.
7 Time & date of online opening of Upto 15:30 Hours on 23.11.2022
documents
8 Time & date of opening of Online Upto 15:30 Hours on 23.11.2022
Financial Bids to be opened after
verification of EMD.
9 (a) Submission of hard copies of EMD.
The original EMD should be deposited either in the office
of Executive Engineer inviting bids or division office of
any Executive Engineer, CPWD within the period of bid
submission (including NIT issuing AE). The EMD
receiving Executive Engineer shall issue a receipt of
deposition of earnest money deposit to the bidder in a
prescribed format (as per CPWD-6 for e-tendering)
uploaded by tender inviting AE in the NIT. Scanned copy
of EMD including the receipt of deposition of EMD to also
be uploaded to the e-tendering website by the intending
bidder up to the specified bid submission date and time.
(b) Enlistment order, EMD Deposit To be submitted during office hours within a week from
receipt and other Documents to the date of opening of Financial Bid. In case the last day
Division Office by the happens to be closed holiday, these documents shall be
LowestTenderer. submitted on the next working day.

1. 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
10

2. Information and Instructions for bidders posted on website shall form part of bid document.

3. The contractor submitting the bid should read the schedule of quantities, Special conditions, additional
conditions, particular specifications and other terms and conditions given in the NIT and drawings. The
bidder should also read the General Conditions of Contract for CPWD Maintenance Works 2020 with all
correction slips issued upto the last date for submission of bid, which is available as Government of India
Publication. However, provisions included in the bid document shall prevail over the provisions contained
in the standard form. The set of drawings and NIT will be available with the Assistant Engineer,
Karimnagar Central Sub-division, CPWD, Karimnagar. The contractor should also visit the site of work
and acquaint himself with the site conditions before tendering. The following conditions, which already
form part of the tender conditions, are specially brought to his notice for compliance while filling the tender.
They are requested to comply with the following instructions.

4. Tenders with any condition including that of conditional rebates shall be rejected. Such tenders shall not be
entered in the tender opening register at the time of opening of tender.

5. The successful tenderer shall be required to submit a Performance Guarantee of 3% (Three Percent) of
the tendered amount within 7 days of issue of letter of intent. This period can be further extended by
Engineer-in-Charge upto a maximum period of 7 days on the written request of the contractor subject to
payment of late fee @ 0.1% per day of Performance Guarantee amount.

6. GST on all materials as well as GST on Work Contract etc., or any other taxes applicable in respect of
this contract shall be payable by the Contractor. Percentage rate quoted by him shall be inclusive of
such taxes, levies etc and Government will not entertain any claim for reimbursement whatsoever in
respect of the same. The percentage rates of the contract shall be inclusive of all taxes and levies and
nothing extra shall be paid. Further the percentage rate quoted by the contractor shall be inclusive
of labour welfare cess and the same shall be recovered from the contractor’s bills and will be
remitted by the department.

7. Bid Document consisting of plans, specifications, the schedule of quantities of the various types of items to
be executed and the set of terms and conditions of contract to be complied by the contractor whose bid may
be accepted and other necessary documents can be seen in the office of the EE, HYDERABAD -IV between
hours of 11.00 AM and 3.00 PM from 16-11-2022 to 23-11-2022 every day except on Second Saturday,
Sunday and public Holidays or can be seenfrom the website [Link] or
[Link]

8. The bid can only be submitted after deposition of original EMD either in the office of Assistant Engineer
inviting bids or division office of any Executive Engineer, CPWD within the period of bid submission
(including NIT issuing AE) and uploading the mandatory scanned documents such as Demand Draft or Pay
order or Banker’s Cheque or Deposit at call Receipt or Fixed Deposit Receipts and bank Guarantee of any
Scheduled Bank towards EMD in favour of Executive Engineer as mentioned in NIT, receipt for deposition of

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
11

original EMD to division office of any Executive Engineer, CPWD and other documents as specified.

9. Those contractors not registered on the website mentioned above, are required to get registered
beforehand. If needed they can be imparted training on online bidding process as per details available on
the website.
Online Bid Documents submitted by intending bidders shall be opened only of those bidders, whose
EMD deposited with any division of CPWD and other documents scanned and uploaded are found in
order.
10. The intending bidder must have valid class-III digital signature to submit the bid.

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

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

13. (a) Contractor must ensure to quote his tender percentage for the Estimated Cost.
The column meant for quoting percentage in figures appears in pink colour and when the moment
percentage is entered, it turns sky [Link] addition to this, while selecting the designated cell if the cell is
left blank the Tender shall be treated as invalid.

b) Contractor should quote the percentage above or below accurate to two places of decimal or zero
percentage only. The column should not be kept blank; otherwise the tender shall be treated as INVALID.

14. The bidder should either himself meet the eligibility conditions for the specialized Civil and E&M works as
above or otherwise he will have to associate an agency meeting the eligibility requirements for specialized
Civil and E&M works after award of work and has to submit details of such agency(s) conforming eligibility
conditions as defined in the bid document to the Executive Engineer of concerned component at least two
months in advance from taking up specific component. Names of the agency(s) to be associated shall be
approved by the Engineer-in-Charge of concerned component.

15. Applicants are advised to keep visiting the above mentioned web-sites from time to time (till the deadline
for bid submission) for any updates in respect of the tender documents, if any. Failure to do so shall not
absolve the applicant of his liabilities to submit the applications complete in all respects including updates
thereof, if any. An incomplete application may be liable for rejection.

16. The Earnest Money in the form of Treasury Challan or Demand Draft or Pay Order or Banker’s Cheque or
Deposit at Call Receipt or Fixed Deposit Receipt drawn in favour of Executive Engineer, HCD -III, CPWD,
Hyderabad shall be scanned and uploaded to the e-tendering website within the period of bid submission.

17. The original EMD should be deposited either in the office of Assistant Engineer inviting bids or
Division office of any Executive Engineer, CPWD within the period of bid submission. The EMD
receiving Executive Engineer (including NIT issuing AE) shall issue a receipt of deposition of Earnest
Money deposit to the bidder in a prescribed format. The receipt shall also be uploaded to the e-
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
12

tendering web site by the intending bidder upto the specified bid submission date and time.

18. This work requires engaging more than 20 nos. of labours / workers and therefore all necessary licenses
such as Labour license, EPFO and ESI, BOCW welfare registration etc., shall be taken by contractor within
the time limits as prescribed under Clause 1 of Schedule- ‘F’.

[Link] document to be physically submitted shall be page numbered and each page shall be signed by
authorized signatory.

20. Contractor shall not divert any advance payments or part thereof for any other purpose other than needed
for completion of the contracted work. All advance payments received as per terms of the contract (i.e.
mobilization, secured against materials brought at site, secured against plant & machinery and / or for work
done during interim stages, etc.) are required to be re-invested in the contracted work to ensure advance
availability of resources in terms of materials, labour, plant & machinery needed for required pace of
progress for timely completion of work.

[Link] any information furnished by the applicant is found to be incorrect at a later stage, he shall be liable to be
debarred from tendering/taking up of works in CPWD. The department reserves the right to verify the
particulars furnished by the applicant independently.

[Link] department reserves the right to accept or 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 criterion.

[Link] dispute arising out of this tender including dispute related to encashment of any Bank Guarantee/ FDR
etc., shall be subject to the jurisdiction of courts of Telangana State only.

Assistant Engineer
KCSD, CPWD, Karimngar

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
13

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

(i) Treasury Challan /Demand Draft/Pay order or Banker’s Cheque/ Deposit at Call Receipt/ FDR / Bank
Guarantee of any Scheduled Bank against EMD in favour of “Executive Engineer, HCD-III, CPWD,
Hyderabad.
(ii) Copy of receipt for deposition of original EMD issued from division office of any Executive Engineer,
(including NIT issuing EE), CPWD.
(iii) Enlistment Order of the Contractor.
(iv) Valid GST Registration for work contract.
(v) If the bidder has not obtained GST registration in the state in which the work is to be taken up, or as
required by GST authorities, then in such a case the bidder shall scan and upload following under taking
with the bid document. “If work is awarded to me, I/We shall obtain GST registration certificate of
the state, in which work is to be taken up, within one month from 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.”

Note: The Postal address of Assistant Engineer, Karimnagar Central Sub-Division may be noted as below
for correspondence and submission of Physical documents.

Assistant Engineer
Karimnagar Central Sub-Division, CPWD,
2-10-1011, Jyothinagar,
Karimnagar – 505001.

Assistant Engineer
KCSD, CPWD, Karimngar

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
14

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
15

CPWD - 6
GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT
NOTICE INVITING e-TENDER

The Assistant Engineer, KCSD, CPWD, Karimnagar on behalf of President of India invites online
Percentage Rate Bid from approved and eligible contractors of CPWD (Buildings & Roads category) in
Single bid system for the following work: - Renovation of Guest House at Jawahar Navodaya
Vidyalaya, Choppadandi, Karimnagar Dist.

1. 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. 5,68,253/-This estimate, however, is given merely as a rough
guide.

1.1.1 The authority competent to approve NIT for the combined cost and belonging to the major
discipline will consolidate NITs for calling the bids. He will also nominate Division which will deal
with all matters relating to the invitation of bids. For composite bid, besides indicating the
combined estimated cost put to bid, should clearly indicate the estimated cost of each component
separately. The eligibility of bidder will correspond to the combined estimated cost of different
components put to bid.

2. Agreement shall be drawn with the successful Tenderer on prescribed Form No. CPWD 7 which is
available at Govt. of India Publication and also available on website [Link]. Tenderer
shall quote his Percentage rate 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 90 days from the date of start as defined in
schedule ‘F’ or from handing over of the site, whichever is later.

4. The tender document consisting of 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 free
of cost from website [Link] The standard publications like General Conditions
of Contract 2020, Delhi Schedule of Rates (2021 for Civil & Electrical) specifications for Civil and
Electrical works and Delhi Analysis of Rates 2021 & 2021 (for Civil and Electrical) with
amendments / correction slips upto the last date of submission of tender can be seen free of cost
from website[Link] or [Link].
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
16

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

6. While submitting the revised bid, contractor can revise the percentage rate any number of times
but before last time and date of submission of tender as notified.

7. Earnest Money in the form of Treasury Challan or Demand Draft or Pay order or Banker’s Cheque
or Deposit at Call Receipt or Fixed Deposit Receipt (drawn in favour of Executive Engineer,
HCD–III, CPWD, Hyderabad) shall be scanned and uploaded to the e-Tendering website within the
period of bid submission. The original EMD should be deposited either in the office of Assistant
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid
submission. The EMD receiving Executive Engineer (including NIT issuing AE) shall issue a receipt
of deposition of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by
tender inviting EE in the NIT.

This receipt shall also be uploaded to the e-tendering website by the intending bidder upto the
specified bid submission date and time.

A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum
50% of earnest money or Rs.20 lakhs, whichever is less, shall have to be deposited in shape
prescribed above, and balance may be deposited in shape of Bank Guarantee of any scheduled bank
having validity for 3 months or more from the last date of submission of bids which is to be scanned
and uploaded by the intending bidders.

Information and instructions for Executive Engineer for e-tendering.

(i) The EE/Engineer in Charge/DDH of any divisions/projects of CPWD is authorized to receive the
EMDs. These authorities should receive the original EMD for their tenders or tenders of any
other division/projects.

(ii) The NIT approving authority/ Tender inviting authority at the time of issue of NIT also fills and
upload the following prescribed format of receipt of deposition of original EMD along with NIT:-

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
17

Receipt of deposition of original EMD

(Receipt No……………….../date …………….)

1. Name of Work: Renovation of Guest House at Jawahar Navodaya Vidyalaya,


Choppadandi, Karimnagar Dist.

2. NIT No : 57/EE/Hyderabad-IV/E-tender/2022-23

3. Estimated Cost : Rs.5,68,253/-

4. Earnest Money Deposit : Rs.11,365/-

5. Last date of submission of bid: 23.11.2022

(*To be filled by NIT approving authority /EE at the time of issue of NIT and uploaded along with NIT)

1. Name of contractor : __________________________________________________________________________________

2. Form of EMD : __________________________________________________________________________________

3. Amount of Earnest Money Deposit: _____________________________________________________________________________

4. Date of submission of EMD : __________________________________________________________________________________

Dated Signature, Name and Designation of EMD


Receiving officer (EE/AAO)
along with Office stamp

(# To be filled by EMD receiving EE or NIT issuing AE as the case may be)


Email Id: cpwdknr111@[Link]
Telephone: - 0878-2255466

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
18

(i) The Executive Engineer receiving EMD in original form shall examine the EMD deposited by the
bidder and shall issue a receipt of deposition of earnest money to the agency in a given format
uploaded by tender inviting AE. The receipt can also may be issued by any subordinate
Gazetted authority authorized by the EE/Engineer – in – Charge / DDH.

(ii) The Executive Engineer receiving original EMD shall also intimate tender inviting Assistant
Engineer about deposition of EMD by the agency by email/ fax/ telephonically.

(iii) The original EMD receiving Executive Engineer shall release the EMD to unsuccessful bidders
after the expiry of stipulated bid validity period or immediately after acceptance of the
successful bidder, whichever is earlier after verification from the e-tendering portal websites
([Link] that the particular contractor is not L-1
tenderer and work is awarded.

(iv) The tender inviting Assistant Engineer will call for original EMD of the L-1 tender from EMD
receiving Executive Engineer immediately.

8. Copy of Enlistment Order 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. However, certified copy of all
the scanned and uploaded documents as specified in e-notice shall have to be submitted physically by
the lowest bidder only within a week in the office of tender opening authority.

9. The bid submitted shall become invalid if:


(i) The bidder is found ineligible.

(ii) The bidder does not upload Earnest Money Deposit Receipt in the prescribed format as
specified at Page. 17 of this NIT.

(iii) The bidder does not up loaded all the documents (including GST registration / under taking
as applicable) as stipulated in the bid document.

(iv) 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 tenderer in the office of tender
opening authority.

(v) If a tenderer does not quote any percentage above/ below on the total amount of the tender, the
tender shall be treated as invalid and will not be considered as lowest.

(vi) Bids on which any of the prescribed conditions is not fulfilled or any condition including that of
conditional rebate is put forth by the bidders.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
19

(vii) The lowest bidder does not submit certified copies of all the scanned and uploaded documents
as specified in e- notice within a week of opening of tender in the office of tender opening
authority.
10. The contractor, whose bid is accepted, will be required to furnish performance guarantee of 3%
(Three Percent) of the bidded amount within the period specified in Schedule F. This guarantee shall
be in the form of cash (in case guarantee amount is less than Rs.10000/-) or Deposit at Call receipt of
any scheduled bank/Banker’s cheque of any scheduled bank/Demand Draft of any scheduled bank/Pay
order of any Scheduled Bank (in case guarantee amount is less than Rs.1,00,000/-) or Government
Securities or Fixed Deposit Receipts or Guarantee Bonds of any Scheduled Bank or the State Bank of
India 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. In case of forfeiture of earnest money as above, the tenderer shall not be allowed to
participate in the retendering process of the work. The Earnest Money deposited along with tender
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 and Programme Chart (Time and Progress) within the period specified in Schedule F.

11. 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 bidder 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 local conditions and other factors having a bearing on the execution of the work.

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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
20

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 reject.

14. In case of Non submission of Hard copies within stipulated time by the lowest bidder and or any
discrepancy is noticed between the documents as uploaded at the time of submission of the bid online
and hard copies as submitted physically in the office of Executive Engineer, then the bid submitted shall
become invalid. Further the tenderer shall not be allowed to participate in the retendering process of
the work.

15. 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.

16. The Contractors whose near relatives are employed in any capacity in the Central Public Works
Department will not be allowed to tender for works if the Division or Circle or Zone responsible for
award and execution of contract is the one where the near relative is working. For this purpose of this
Rule, a near relative shallmean Wife, husband, parents, Grand parents, children, grandchildren,
brothers, sisters, uncles, aunts, cousins and their corresponding in – laws. Any breach of this condition
by the contractor would render him liable to be removed from the approved list of contractors of this
Department.

17. 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 at 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.

18. The bid for the works shall remain open for acceptance for a period of Thirty (30) days from the
date of opening of bids, if any bidder withdraws his bid, or makes any modifications in the terms and
conditions of the bid which are not acceptable to the department within 7 days after last date of
submission of bid, 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. if any bidder withdraws his bid, or makes any modifications in the terms and
conditions of the bid which are not acceptable to the department after expiry of 7 days after last date of
submission of bid, 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. Further the bidders shall not be allowed to participate in the rebidding process of the
work.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
21

19. This notice inviting Bid shall form a part of the contract document. The successful bidder/contractor,
on acceptance of his bid by the Accepting Authority shall within 15 days from the stipulated date of
start of the work, sign the contract consisting of:-

a) 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
percentage quoted online at the time of submission of bid and acceptance thereof together with any
correspondence leading thereto.
b) Standard C.P.W.D. Form 7 or other Standard C.P.W.D. Form as applicable.

20. The person/persons whose tender(s) may be accepted (herein after called the contractor) shall permit
Government at the time of making any payment to him for work done under the contract to deduct a
sum at the rate of 2.5% of the gross amount of each running and final bill till the sum deducted will
amount to security deposit of 2.5% of the tendered value of the work. Such deductions will be made
and held by Government deposit by way of Security Deposit unless he/they has/have deposited the
amount of Security at the rate mentioned above in cash or in the form of Government Securities of fixed
deposit receipts. In case a fixed deposit receipt of any Bank is furnished by the contractor to the
Government as part of the security deposit and the Bank is unable to make payment against the said
fixed deposit receipt, the loss caused thereby shall fall on the contractor and the contractor shall
forthwith on demand furnish additional security to the Government to make good the deficit.

All compensations or the other sums of money payable by the contractor under the terms of this
contract may be deducted from, or paid by the sale of a sufficient part of his security deposit or from the
interest arising there from, or from any sums which may be due to or may become due to the contractor
by Government on any account whatsoever and in the event of his Security Deposit being reduced by
reason of any such deductions or sale as aforesaid, the contractor shall within 10 days make good in
cash or fixed deposit receipt tendered by the State Bank of India or by Scheduled Bank or Government
Securities (if deposited for more than 12 months) endorsed in favour of the Engineer-in-Charge, any
sum or sums which may have been deducted from, or raised by sale of his security deposit or any part
thereof. The security deposit shall be collected from the running bills of the contractor at the rates
mentioned above.

21. In case of reduction in scope of work no claim on account of reduction in value of work, loss of expected
profit, consequential overheads etc shall be entertained.

22. The bidder has not been black listed by any State/Central Department or PSU or Autonomous bodies.

23. For Composite Bids


23.1 The Executive Engineer in charge of the major component 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
22

23.2 The bid document will include following three components:


Part A:- CPWD-6, CPWD-7 including schedule A to F for the major component of the work, Standard
General conditions of contract for CPWD 2020 for Maintenance works as amended/modified upto the
date of submission of bid.

Part B:- General/Specific conditions, specifications and schedule of quantities applicable to major
component of the work.

Part C:- Schedule A to F for minor component of the work , General / Specific conditions, specifications
and schedule of quantities applicable to minor components (s) of the work.

23.3 The bidder must associate with himself, agencies of the appropriate class eligible to bid for each of the
minor component individually.

23.4 The eligible bidders shall quote rates for all items of major competent as well as for all items of
minor components individually.

23.5 After acceptance of the tender 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 competent 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. 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.

23.6 Entire work under the scope of composite bid including major and all minor components shall be
executed under one agreement.

23.7 Security Deposit will be worked out separately for each component corresponding to the tendered
cost of the respective component of works.

23.8 The main contractor has to associate agency(s) for minor 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 minor component(s) within prescribed time. Name of the agency(s) to be associated shall
be approved by Engineer-in-charge of minor component(s).

23.9 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 Engineer-in-charge of minor component. 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
23

23.10 The main contractor has to enter into agreement with contractor(s) associated by him for
execution Of minor component(s). Copy of such agreement shall be submitted to EE/DDH in charge of
each minor component as well as to EE in charge of major component. In case of change of associate
contractor, the main contractor has to enter into agreement with the new contractor associated by him.

23.11 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.

22.11(A) The composite work shall 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.

22.12 Final bill of whole work shall be finalized and paid by the EE of major component. Engineer(s) in
charge of minor components 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
24

CPWD FORM No. 7


GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

STATE: TELANGANA STATE. ZONE: Region - Hyderabad


BRANCH: BUILDINGS & ROADS DIVISION: Hyderabad –IV

PERCENTAGE RATE TENDER & CONTRACT FOR WORKS

Tender for the work of: - Renovation of Guest House at Jawahar Navodaya Vidyalaya,
Choppadandi, Karimnagar Dist.

To be submitted online by 15:00 Hrs on 23-11-2022 through website [Link]


[Link] Assistant Engineer, Karimnagar Central Subdivision, CPWD, Karimnagar
(Telangana State).

i) To be opened in presence of qualified tenderers/ their authorized representatives who may be


present at 15:30 Hrs on 23-11-2022. Inthe office of Assistant Engineer, KCSD, CPWD office at
Karimnagar,Jyothinagar, Karimnagar-505001.

ii) Agency:-....................................... (Contractor)

Designation:-Assistant Engineer, KCSD, CPWD at Karimnagar (Telangana State).

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
25

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.

We agree to keep the tender open for Thirty (30)Days from the due date of its opening of financial bid and
not to make any modifications in its terms and conditions.

A sum of Rs.11,365/-has been deposited in cash/receipt treasury challan/deposit at call receipt of a


scheduled bank/fixed deposit receipt of scheduled bank/demand draft of a scheduled bank/bank
guarantee issued by a scheduled bank as earnest money. 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 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 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

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:

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
26

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 President of India.

Signatures
Dated: _____________
Designation:

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
27

SCHEDULES

SCHEDULE ‘A’Schedule of Quantities for Civil (Enclosed)

SCHEDULE ‘B’ Schedule of materials to be issued to the Contractor

[Link] Description of Quantity Rates in figures & words at which the material Place of Issue
Item will be charged to the contractor

1 2 3 4 5
-N I L-

SCHEDULE ‘C’
Tools and plants to be hired to the contractor
[Link] Description Hire charges per day Place of Issue

1 2 4 5
-N I L-

SCHEDULE ‘D’
Extra schedule for specific requirements / documents for the work, if any
-N I L-
SCHEDULE ‘E’
Reference to General Conditions of contract: GCC 2020 for Maintenance works modified & corrected
upto the last date of submission of bid.
Name of Work: Renovation of Guest House at Jawahar Navodaya Vidyalaya,
Choppadandi, Karimnagar Dist.

1.1. Estimated Cost Put to Bid :Rs.5,68,253/-

1.2. Earnest money : Rs.11,365/-


(To be returned after receiving Performance Guarantee)

1.3. Performance Guarantee : 3% ofAccepted Tendered Value


(As per OM No.F.9/4/2020-PPD dt: 30.12.2021 issued by Ministry
of Finanace, Department of Expenditure,Procurement
PolicyDivision North Block, New Delhi)

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
28

1.4. Security Deposit : 2.5% of accepted tendered value

SCHEDULE ‘F’

General Rules &Directions:

Officer inviting tender Assistant Engineer,


: KCSD, CPWD, Karimnagar or
successor thereof.
Maximum percentage for quantity of items of work
to be executed beyond which rates are to be : See below under Clause 12
determined in accordance with Clauses 12.2 & 12.3

Definitions

2(v) Engineer-in-Charge Assistant Engineer,


KCSD, CPWD, Karimnagar or
:
successor thereof.

2(viii) Accepting Authority : Assistant Engineer,


KCSD, CPWD, Karimnagar or
successor thereof.
2(x) Percentage on cost of materials and labour
to cover all overheads and profits. : 15.00%

2(xi) Standard schedule of Rates : DSR 2021 with correction slips upto date

2(xii) Department : Central Public Works Department.

9(ii) Standard CPWD contract Form GCC 2020 for Maintenance works,
CPWD Form 7 as amended upto last
date of submission of bid.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
29

Clause I
(i) Time allowed for submission of
performance Guarantee, Programme
Chart (Time and Progress) and
applicable labour licenses,
registration with EPFO, ESIC and : 7 days
BOCW Welfare Board or Proof of
applying thereof from the date of
issue of letter of acceptance

(ii) Maximum allowable extension with


late fee at 0.1% per day of
performance Guarantee amount : 7 days
beyond the period as provided in (i)
above
Clause 2
Authority for fixing compensation under clause-2. Chief Engineer- Hyderabad,
: CPWD, Hyderabad or successor
thereof.

Clause 5
Number of days from the date of issue of letter of 7 days or date of handing over
acceptance for reckoning date of start : of site whichever is later

Mile stone(s) as per table given below


TABLE OF MILESTONE (S)
Time Period allowed for Completion of Work: - 90 days
Time Allotted
SI. Amount to be withheld in case of non
Milestone Programme (From date of
No. -achievement of milestone
start)
1 1/3th of Bid Amount. 30 Days In the event of not achieving the necessary
progress as assessed from the running
2 2/3th of Bid Amount. 60 Days
payments, 1.25% of the tendered value of
3 Full Bid Amount. 90 Days work will be withheld for failure of each
milestone

Note: 1. The amount so withheld may be released, if specifically requested by the contractor, on submission
of Bank Guarantee in prescribed proforma.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
30

Authority to decide:
(i) Extension of time : Assistant Engineer, KCSD
CPWD, Karimnagar or successor thereof.
(ii) Rescheduling of mile stones :Assistant Engineer, KCSD
CPWD, Karimnagar or successor thereof.

(iii) Shifting the date of start in case of :Chief Engineer, Hyderabad , CPWD,
delay in handing over of site Hyderabad or successor thereof.

Clause 5.1
(a) Schedule of Handing over site.
(b)
Part Portion of site Description Time period for handing over
reckoned from date of issue of letter
of intent.
Part A Portion without any
hindrance. 7 days

Part B Portions with encumbrances Nil

Part C Portions dependant on work


of other agencies. Nil

(b) Schedule of issue of Designs.

Part Portion of Design Description Time period for issue of design


reckoned from date of receipt of
tenders.
A Structural designs (civil)
B1 Portions of Architectural
drawings to be issued --NA--
B2 Portions of E&M Designs to
be issued

Clause 7
Gross work to be done together with net
Payment / adjustment of advances for
Material collected, if any since the last
Such payment for being eligible to
Interim payment : Rs.1.90 Lakhs

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
31

Clause 7 A
No Running Account Bill shall be paid for
the work till the applicable labour licenses,
registration of contractor with EPFO, ESIC and BOCW
Welfare Board, whatever applicable are submitted
by the contractor to the Engineer-in-charge. : Yes
Clause 8A Failure in submission of completion plans: Not Applicable
(Internal and external Civil & Electrical services)

Clause 10A
List of testing equipments to be provided by
the contractor at site : Applicable as per
Annexure -VII.
Clause 10 B (ii)
Whether clauses 10 B (ii) shall be applicable : Not Applicable

Clause 10C : Applicable

Components of labour expressed as percent of value of work: 25%

Clause 10CA : Applicable

Price index for cement, Steel Reinforcement bars and structural steel as issued by DG, CPWD as
valid on the last stipulated date of receipt of tenders including extension if any.
Base price and its
Nearest Materials (Other
corresponding
than cement, reinforcement
period of all the
Materials covered under bars, the structural steel
[Link] materials covered Month & Year
this Clause and POL) for which All India
under clause 10CA*
whole sale Price Index to be
excluding GST (in
followed.
Rupees)
1 Cement (OPC) 43 grade Rs.5000/- per MT September –2022 ---
2 Cement (PPC) Rs.4922/- per MT September –2022 ---
Steel Reinforcement – September –2022
3 Rs.58200/- per MT ---
TMT 500 D – for all dia
4 Structural Steel Rs.57890/- per MT September –2022 ---
* Includes Cement component used in RMC brought at site from outside approved RMC plant, if any
* OPC cement shall be used for all items, in case of use of PPC Cement necessary cost adjustments
shall be made.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
32

Clause 10CC : Not Applicable


Clause 10 CC to be applicable in contracts with
stipulated period of completion exceeding the period
Schedule of component of other Materials, Labour
etc. for price escalation :
Component of civil (except materials covered
under clause 10CA) /Electrical construction, value of work.
Xm : NA
Component of Labour -
expressed as percent of total value of work. Y. : NA

Clause 11

Specification to be followed for execution :CPWD Specifications 2019 Vol.I and


of work. Vol-II with upto date correction slips

Clause 12
Type of work : Repair works/Renovation works

12.2 & 12.3 Deviation limit beyond which


Clauses 12.2 & 12.3 shall apply
for building work : 100%(Hundred percent)
Clause 16
Competent Authority for deciding reduced rates: Chief Engineer- Hyderabad
CPWD, Hyderabad
or successor thereof.
Clause 18
List of mandatory machinery, tools & plants to be
deployed by the contractor at site : As per Annexure -VIII

Clause 19 C : Executive Engineer, Hyderabad – IV, CPWD, Hyderabad is


Authority to decisde penalty for each default.

Clause 19 D : Executive Engineer, Hyderabad – IV, CPWD, Hyderabad is


authority to decisde penalty for each default.
Clause 19 G : Executive Engineer, Hyderabad – IV, CPWD, Hyderabad is
authority to decisde penalty for each default.

Clause 19 K : Executive Engineer, Hyderabad – IV, CPWD, Hyderabad is


Authority to decisde penalty for each default.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
33

Clause: 25Constitution of Dispute Redress Committee (DRC)

Place of arbitration : Hyderabad

(a) For total claims upto Rs. 25.00 Lakhs


Dispute Redressal Committee

Chairman Member I Member II Presenting Officer

Superintending Executive Engineer, Executive Engineer Executive Engineer in


Engineer (Works Hyderabad, CPWD. As (C), O/O CE-Hyd, charge of the work.
cum TLQA), CPWD decided by Chief CPWD, Hyderabad.
Engineer-Hyderabad

(b) For total claims more than Rs. 25.00 Lakhs


Dispute Redressal Committee

Chairman Member I Member II Presenting Officer

Chief Engineer, Superintending SE(Planning) O/o EE in charge of the Work


Vijayawada. Engineer (Works cum ADG-RH
TLQA)

Clause 32 Requirements of Technical Representative (s) and Recovery Rates:


Sl. Rate at which recovery
No shall be made from the
Minimum contractor in the event of
Requirement of Technical
experience Designation not fulfilling provision of
Staff clause 32 (i)
(Years)
Figures
Words
(per Month)
Qualification Number
(For Major + Minor
Component)(to be employed
from the date of
commencement of the work).

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
34

1 Graduate Engineer 2 or 5 Project Rs.15,000/- Rupees


or Diploma 1 respectively Planning/ per month Fifteen
Engineer Quality/ per person thousand
Billing only.
Engineer
Clause 38

(i) (a) Schedule / statement for determining theoretical quantity of cement & bitumen on
the basis of Delhi Schedule of Rates 2021 printed by C.P.W.D with correction slips issued upto date.
(ii) Variations permissible on theoretical quantities.

(a) Cement for works with estimated cost put


to tender not more than Rs. 5 lakhs : 3% plus /minus
and for works with estimated cost put to : 2% plus/minus
tender more than 5 lakhs

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

(c) Steel Reinforcement and structural : 2% plus/minus


steel sections for each diameter,
section and category
(d) All other materials : Nil

RECOVERY RATES FOR QUANTITIES BEYOND PERMISSIBLE VARIATION

Rates in figures and words at which recovery shall be made


from the contractor
Description of Item
Sl. No. Excess beyond permissible Less use beyond
variation the permissible variation
1. Cement Not applicable Rs. 5500/- per MT
2. Steel reinforcement
(a) Primary Manufacturer Not applicable Rs. 64020/- per MT

Assistant Engineer,
KCSD, CPWD, Karimnagar.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
35

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 OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT / PERFORMANCE
GUARANTEE/SECURTY 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 upto……….(date)*…………
as Earnest Money Deposit from ……….(name and address of contractor ) …….. hereinafter
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 “) has 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
upto…..(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 bank)………….(hereinafter referred to as “the Bank”), hereby
undertake to pay to the Government an amount not exceeding Rs.
…………(Rupees…………………………only) in demand by the Government within 10 days of
the demand.
3. We,………..(indicate the name of the Bank)………….,do hereby 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 to or likely
to be 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 a valid discharge of our liability for payment there under and the
Contractor shall have no claim against us for making such payment.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
36

5. We,……….(indicate the name of the Bank)……………., further agree that the Government shall
have the fullest liberty without our consent and without affecting in any manner our obligation
here under to vary any of the terms & conditions of the said agreement or to extended 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 & conditions relating to the said agreement and we shall not
be relived from our liability by reasons 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 debtor 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.
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:……………

Witnesses :

1. Signature ………………………….. Authorized Signatory


Name and Address
Name

Designation

Staff Code No.

Bank Seal
2. Signature ………………………………
Name and Address

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
37

* 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.
** In Paragraph 1, strike out the portion not applicable. Bank Guarantee will be made either for
earnest money or for Performance Guarantee/Security Deposit/Mobilization Advance, as the
case may be .

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
38

Annexure-II

Sample letter for Acceptance of tender


By REGISTERED POST

No. Dated,

To
(Name and Address of the contractor)

Subject: (Name of work as appearing in the tender for the work).

Dear Sir(s)

Your tender for the work mentioned above has been accepted on behalf of the President of
India at your tendered / negotiated tender amount of Rs…………………(Rupees……………………….)
which is …………..% below / above the estimated cost of Rs…………………..(Rupees……………..)

1. You are requested to submit the performance guarantee of Rs.


………………(Rupees………………….) within 7 days of issue of this letter. The Performance
Guarantee shall be in any of the prescribed form as provided in Clause – I of the General
Condition of Contracts for CPWD Works and shall be valid upto ………… On receipt of
prescribed performance guarantee necessary letter to commence the work shall be issued and site
of work shall be handed over to you thereafter.

2. Please note that the time allowed for carrying out the work as entered in the tender ……. days,
will be reckoned from …….. days subject to maximum allowable extension under Clause 1(ii),
from the date of issue of this letter.

Yours faithfully,

Assistant Engineer
KCSD, CPWD, Karimnagar.
For & on behalf of President of India
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
39

Annexure-III
Sample letter for Commencement of works

By Registered Post

No. Date:

To

(Name and Address of the contractor)

Subject: (Name of work as appearing in the tender for the work).

Ref: 1. Performance guarantee submitted by you vide your letter


No ………. Dated ………… for above work.

2. This office letter of intent/ acceptance of tender No……….dt………

Dear Sir(s)

1. In continuation to the letters referred above, you are requested to attend this office to complete
formal agreement within 15 days from stipulated date of start.

2. You are requested to contact the Assistant Engineer, …………… (complete address) for taking
possession of site and starting the work on or before …… days from the date of letter of acceptance
of tender. Please note, that the time allowed for carrying out the work as entered in the tender
( ) days, will be reckoned from …… to ….. days subject to maximum allowable extension
under Clause 1(ii), from the date of issue of acceptance letter

Yours faithfully,

Assistant Engineer
KCSD, CPWD, Karimnagar.
For & on behalf of President of India

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
40

ANNEXURE- IV

GUARANTEE FOR REMOVAL OF


DEFECTS AFTER COMPLETION IN RESPECT OF WATER PROOFING WORKS.

The agreement made this _________________day of _________two thousand and


_________________________________between ______________________ son of
________________________of _________________________(hereinafter called the Guarantor of the
one part) and the PRESIDENT of INDIA (hereinafter called the Government of the other part).

WHEREAS this agreement is supplementary to a contract (here in after called the


contract), dated_________and made between the GUARANTOR of the ONE part and the
GOVERNMENT of the other part, whereby the contractor, interalia, undertook to render the
buildings 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 and leak-proof FOR FIVE years to be reckoned from the date
after the maintenance period prescribed in the contract.

NOW THE GUARANTOR hereby guarantees that water proofing treatment given by
him will render the structures completely leak- proof and the minimum life of such water
proofing treatment shall be FIVE years to be reckoned from the date after the maintenance
period prescribed in the contract:

Provided that the Guarantor will not be responsible for leakage caused by earthquake or
structural defects or misuse of roof or alteration and for such purpose:

(i) Misuse of roof shall mean any operation which will damage proofing treatment like chopping of
firewood and the things of same nature which might cause damage to the roof

(ii) Alteration shall mean construction of an additional storey or a part of the roof or construction
adjoining to existing roof whereby proofing treatment is removed in parts.

(iii) The decision of the Engineer-in-charge with regard to cause of leakage shall be final.

During this period of guarantee the Guarantor shall make good all the defects and in case of any
defect being found render the building water proof to the satisfaction of the 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
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
41

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 waterproofing or commits breach there under,
then the Guarantor will indemnify the principal and his successors against all loss, damage, cost,
expense or otherwise which may be incurred by him by reason of any default on the part of the
GUARANTOR in performance and observance of this supplementary agreement. As to the
amount of loss and/or damage and/or cost incurred by the Government, the decision of the
Engineer-in-charge will be final and binding on the parties.

IN WITNESS WHERE-OF these presents have been executed by the


obligor_____________________ and by_______________________ and for and on behalf of the
PRESIDENT OF INDIA on the month and year first above written.

SIGNED, sealed and delivered by (OBLIGOR) in the presence of.

1.

2.

Signed for and on behalf of the PRESIDENT OF INDIA by


____________________________________ in presence of:
1.

2.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
42

Annexure-V
Guarantee To Be Executed By Contractors For Removal Of Defects After Completion In Respect
Of Aluminum Doors, Windows, Ventilators Work and Curtain/Structural Glazing work.
The agreement made this ______________day of ___________ two thousand ____________
between________son of _________(hereinafter called the Guarantor of the one part) and the PRESIDENT OF
INDIA (hereinafter called the Government of the other part).
WHEREAS THIS agreement is supplementary to a contract (hereinafter called the
Contract)dated___________and made between the GUARANTOR OF THE ONE part and the
Government on the other part. Where by the contractor inter alia, undertook to render the work in the said
contract recited structurally stable leak proof and sound material, workmanship, anodizing, coloring,
sealing.
AND WHEREAS THE GUARANTER agreed to give a guarantee to the effect that the said work will remain
structurally stable, leak proof and guaranteed against the faulty material and workmanship defective
anodizing coloring and finishing fortwo years to be reckoned from the date after the maintenance period
prescribed in the contract.
NOW THE GUARANTOR hereby guarantees that the work executed by him will remain structurally stable
leak proof and guaranteed against faulty material and workmanship defective anodizing and coloring for
the minimum life of two years to be reckoned from the date after the maintenance period prescribed in the
contract.
The decision of the Engineer-in-charge with regard to case of defect shall be final.
During the period of guarantee the guarantor shall make good all defects and in case of any defect to the
satisfaction of Engineer-in-charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-charge calling upon him to rectify the
defects failing which the work shall be got done by department or by some other contractor at guarantors
cost and risk. The decision of the Engineer-in-charge as to the cost, payable by the Guarantor shall be final
and binding.
That if Guarantor fails to make good all the defects, commits breach there under then the guarantor will
indemnify the Principal and his successors against all loss, damage, cost, expense or otherwise which may
be incurred by him by reason of any default on the part of the GUARANTOR in performance and
observance of this supplementary agreement.
As to the amount of loss and / or damage and / or cost incurred by the Government the decision of the
Engineer-in-charge will be final and binding on the parties.

IN WITNESS WHEREOF these present have been executed by the Obligator ________________and
by___________________for and on behalf of the PRESIDENT OF INDIA on the day, month and year first
above written.

SIGNED SEALED AND delivered by OBLIGATOR in the presence of:-


1.
2.
SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA by………… in presence of:-
1.
2.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
43

Annexure-VI
FIELD TESTING EQUIPMENT AND INSTRUMENTS TO BE PROVIDED BY THE CONTRACTOR AT HIS
OWN COST

A. Testing Equipment at Field Laboratories (Minimum numbers specified against each of them)
1. Balances
a) 7Kg to 10 kg capacity, semi-self indicating type- Accuracy 10 gm
b) 500 gm capacities, semi-self indicating type- Accuracy 1 gm
c) Pan balance- 5kg capacity- Accuracy 10 gms
2. Ovens- electronically operated, thermostatically controlled upto 110oC to 10oC.
3. Sieves as per IS 460-1962.
i) IS sieves - 450mm internal dia, of sizes 100mm, 80mm, 63mm, 50mm, 40mm, 25mm, 20mm, 12.5mm,
10mm, 6.3mm and 4.75mm complete with lid and pan.
ii) IS sieves - 200mm internal dia (brass frame), consisting of 2.36mm, 1.18mm, 600 microns, 425 microns,
300 microns, 212 microns, 150 microns, 90 microns, 75 microns with lid and pan.
4. Sieve shaker capable of 200mm and 450 mm dia sieves, manually operated with timing switch assembly.
5. Equipment for slump test-slump cone, steel plate, tamping rod, steel scale, scoop.
6. Dial gauges, 25mm travel- 0.01mm/division least count - 2 nos.
7. 100 tonnes compression testing machine, hydraulically operated.
8. Graduated measuring cylinders 200 ml capacity – 3 Nos.
9. Enamel trays (for efflorescence test for bricks)
(i) 300 mm x 250 mm x 40 mm - 2 Nos.
(ii) Circular plates of 250mm dia - 4 Nos.
10. Concrete cube moulds 15 x 15 x 15cm - 60 Nos.
11. Vicats Apparatus for testing consistency of cement.
12. Cement Mortar cube Moulds -> 50 sqcm area – 12 Nos.
13. Pumps and pressure gauges for hydraulic testing of fires.
(B) FIELD TESTING INSTRUMENTS
1. Steel tapes-3m
2. Vernier calipers – 2 Nos.
3. Micrometer screw 25mm gauge- 2 Nos..
4. A good quality plumb bob – 3 Nos..
5. Spirit level, minimum 30cms long with 3 bubbles for horizontal vertical.
6. Wire gauge (circular type) disc.
7. Foot rule
8. Long Nylon thread
9. Dynamic penetrometer.
10. Magnifying glass.
11. Screw driver 30cms long
12. Ball pin hammer, 100 gms
13. Plastic bags for taking samples.
14. Moisture meter for timber.
15. Rebound Hammer for testing concrete.
16. Earth resistance tests (for Part – C).
17. Meggar (for Part – C)
18. Concrete thermometers.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
44

Annexure-VII
Minimum required T&P to be owned/taken on lease by the Contractor
(This list is only indicative and not exhaustive)

Sl. no. Activity Detail of T&P Qty.

1 Earth work a)Earth moving equipment like JCB 2 Nos.


b)Earth rammers 3 Nos

2 Concrete work a)Concrete hopper mixer 1 Nos.


b) Plate vibrator 5 Nos.
c)Needle vibrator 5 Nos.
d)Reversable drum mixer (Digital)- 6 cum/per 2 Nos.
hour
3 Building work a) Bar cutting machine 2 Nos.
b) Hydraulic Bar beding machine 2 Nos.
c) Wood thickness planer machine 2 Nos.
d) Drilling machine 1 No.
e) Steel shuttering plates i/c Steel scaffolding, 12000 Sqm
adjustable telescopic props, Adjustable spans
f) Grinding / polishing machines 2 Nos.
g) Builders Hoist 2 Nos.
h) DG set 65 kva 1 Nos.
4 Transportation Truck & Tippers 3 Nos.
5 Dewatering Diesel and electrical pumps 2 Nos.
6 Pneumatic Air Compressor 1 No.
Equipments
7 Survey (a) Electronic Total station instrument 2 Nos.
(b)Auto level with leveling staff 2 Nos.
8 Welding Machine 2 Nos.
9 Any other Machinery required for completion of
work as per direction of Engineer – in – charge.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
45

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.1,000/- 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 accout 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
46

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
47

GOVERNMENT OF TELANGANA
ABSTRACT

Mines and Minerals - Rules - The Telangana Minor Mineral concession Rules, 1966
Revision of Seigniorage Fee - Amendment - Notification - Orders - Issued.
INDUSTRIES AND COMMERCE (MINES.I) DEPARTMENT

G.O. Ms No.18, Dated: 31.03.2022


Read the following

1) [Link].67, Industries & Commerce (M.I) Dept., dt.26.09.2015.


2) [Link].16, Industries & Commerce (M.I) Dept., dt.16.03.2016.
3) From the Director of Mines and Geology, Hyderabad Letter. No.1247095/P/2021,
dated:22.09.2021.
*****
O R D E R:

The Director of Mines and Geology, Telangana, by above reference 3rd read above, has stated that
asper Section 15 (3) of Mines and Mineral (Development and Regulation) Act, 1957 (MMDR, 1957),
Seigniorage Fee has to be revised every three years. The Director also stated that no revision of
Seigniorage Fee has been done in past six years and the last revision was done on 26.09.2015 for
Schedule-I Minor Minerals and 16.03.2016 for Schedule Ill Minor Minerals.

2. Hence, the Director has proposed revision of Seigniorage Fee and requested the Government to
issue necessary amendments to Schedule I and Schedule Ill under Rule 10 of Telangana State
Minor Mineral Concession Rules, 1966.

3. After careful examination of the proposal of the Director of Mines and Geology, Telangana, it is
hereby decided to accept the revision of Seigniorage Fee.

4. Accordingly, the following notification shall be published in the Extra- Ordinary Issue of the
Telangana State Gazette.

NOTIFICATION

In exercise of the powers conferred by Sub-Section (1) of Section 15 of the Mines and Minerals
(Development and Regulation} Act, 1957 (Central Act No.67 of 1957), the Governor of Telangana
hereby makes the following amendments to the Telangana Minor Mineral Concession Rules, 1966.

AMENDMENTS
In the said rules, for Schedule I and Schedule Ill under Rule 10, the following shall be substituted.
SCHEDULE - I
RATES OF SEIGNIORAGE FEE
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
48

Sl. Rate of Seigniorage fee per Metric Tonne (MT)(In


Name of the Minor Mineral
No. Rupees)
1. Building Stone,Rough Stone / Boulders,Road
Metal and Ballast and Manufactured Sand (M 65
-Sand)
2. Dimensional Stone used for Kerbs & Cubes 130
The rate of royalty as applicable to Lime stone
(other than LD Grade) in respect of major Mineral
3. Lime Kankar/Limestone
as per the 2nd Schedule of the Mines & Minerals
(D & R) Act, 1957.
4. Marble 130
5. Mosaic chips 58
6. Morrum/Gravel & Ordinary Earth 20
7. Ordinary Sand 27
8. Shingle 22
9. Chalcedony Pebbles 65
10. Fullers Earth / Bentonite 195
11. Shale / Slate 195
12. Rehmatti 32
13. Limestone slabs 130
14. Brick Earth used in the manufacture of Bricks
Rs. 7800/- per kiln per annum.
including Magalore Tiles.
Granite Useful for cutting and polishing

i) Black Granite
a)Gangsaw
15 1361/3900 MT/M3
(above 270x above 150CM)

b) below Gangsaw 1043/2990 MT/M3


ii)Colour granite
a)Gangsaw
1128/2900 MT/M3
(above 270x above 150CM)

b)below Gangsaw 980/2600 MT/M3

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
49

SCHEDULE- III
RATE OF DEAD RENT
Sl. Rate ofSeignoorage Fee per
Name of the Minor Mineral
No. Metric Tonne (MT) (In Rupees)
1 Agate 156

2 Ball Clay 78

3 Barytes 780

4 Calcareous 97

5 Calcite 91

6 Chalk 104

7 China Clay 78

8 Clay (Others) 52
9 Corundum 78

10 Diaspore 351

11 Dolomite 130

12 Dunite or Pyroxenite 52

13 Felsite 143
14 Feldspar 97

Fireclay (including plastic,pipe,lithomargic and natural 65


15
pozzolanic clay)
16 Fuchsite Quartzite 91

17 Gypsum 91
18 Jasper 156
19 Kaolin 78
20 Laterite 130

21 Limekankar 123
22 Mica 2600

23 Ochre 45

24 Pyrophylite 234
25 Quartz 78
26 Quartzite 78
27 Sand (Others) 78
28 Shale 169

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
50

29 Silica Sand 78

30 Slate 169

31 Steatite or Talc or Soapstone 390

5. These orders will come effect from 01st April 2022.


6. The Director of Mines & geology, Telangana, shall take necessary action accordingly.
7. This order is iisues with the concurrence of finance Department vide their [Link].2012-A/89/[Link]/I &
C/2021, dated 22.09.2021.

(BY ORDER AND IN THE NAME OF THE GOVERNOR OF TELANGANA)

SOMESH KUMAR
CHIEF SECRETARY TO GOVERNMENT &
PRINCIPAL SECRETARY TO GOVERNMENT (MINES & GEOLOGY)(FAC)
To
The Commissioner of Printing, Stationary & Stores Purchase (Ptg. Wing) Hyderabad.
(He is requested to publish the above Notification in the Extra-Ordinary issue of Telangana Gazette, and arrange to send
500 copies of the same to Government in Industries & Commerce (M.I) Department).
The Director of Mines and Geology, Telangana State, Hyderabad.
(He is requested to furnish the Telugu version of the Notification direct to the Commissioner, Printing Stationary & Store
Purchase (Ptg. Wing), Hyderabad).
Director of Mines and Geology, Telangana State, Hyderabad
The Vice Chairman & Managing Director, Telangana State Mineral Development Corporation Ltd., Hyderabad.
All the District Collectors/Additional Collectors in the State of Telangana.
The Municipal Administration and Urban Development Department
The Irrigation & CAD department.
The Transport, Roads & Buildings Department.
The Panchayat Raj & Rural Department.
The Revenue Department.
The Director General of Police, Hyderabad.
The Commissioner of Rural Development , Hyderabad.
The Commissioner of Transport , Hyderabad.
The Commissioner of Panchayat Raj , Hyderabad.
The Director, Ground Water Department.
The Member- Secretary, Telangana State Pollution Control Board, Hyderabad
The Engineer-in-Chief, Irrigation Department.
Copy to:
The Secretary to Government, Ministry of Mines, GoI
The Law Department
The Finance Department
The P.S. to Principal Secretary to Hon‟ble Chief Minister.
P.S. to Hon‟ble Minister MA & UD.
P.S. to Hon‟ble Minister for Panchayat Raj & Rural Department.
P.S. to Hon‟ble Minister Irrigation
P.S. to Chief Secretary and Principal Secretary to Government, Industries & Commerce (Mines) Department.
The Joint Directors/ Deputy Directors/ Assistant Directos of Mines and Gelogy through the Director of Mines & Gelogy,
Hyderabad.
The General Administration (Cabinet) Department.
//FORWARDED :: BY ORDER//

SECTION OFFICER
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
51

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
52

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
53

PART – B
CIVIL COMPONENT

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
54

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
55

SPECIAL CONDITIONS AND PARTICULAR SPECIFICATIONS FOR CIVIL WORK


SPECIAL CONDITIONS

1) The work shall be carried out as per CPWD Specifications 2019 Vol. I & II with upto date
correction slips, particular specifications, structural drawings and as per instruction of Engineer-
in-charge.

2) 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 nothing extra over and above the schedule of quantity shall be payable on this
account.

3) 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,
upto the date of receipt of tenders.

4) The Contractors are advised to inspect and examine the site and its surroundings and satisfy
themselves with the nature of site, the means of access to the site, the constraints of space for
stacking material / machinery, labour etc., constraints put by local regulations, if any, weather
conditions at site, general ground / subsoil conditions etc. or any other circumstances which
may affect or influence submission of their bids. The site is available for work. The contractor
shall carry out survey of the work area, at his own cost, setting out the layout and fixing of
alignment of the building as per architectural and structural drawings in consultation with the
Engineer-in-charge and proceed further ensuring full structural continuity and integrated and
monolithic construction. Any discrepancy between the architectural drawings and actual layout
at site shall be brought to the notice of the Engineer-in-charge.

5) The Contractor shall, if required by him, before submission of the bid, inspect the drawings in
the Office of the Executive Engineer, HYDERABAD -IV, CPWD, Hyderabad. The department
shall not bear any responsibility for the lack of knowledge and also the consequences, thereof to
the Contractor. The information and data shown in the drawings and mentioned in the bid
documents have been furnished, in good faith, for general information and guidance only. The
Engineer-in-Charge, in no case, shall be held responsible for the accuracy thereof and/or
interpretations or conclusions drawn there from by the Contractor and all consequences shall be
borne by the Contractor. No claim, whatsoever, shall be entertained from the Contractor, if the
data or information furnished in bid document is different or in-correct otherwise or actual
working drawings are at variance with the drawings available for inspection or attached to the
bid document. It is presumed that the Contractor shall satisfy himself for all possible
contingencies, incidental charges, wastages, bottlenecks etc. likely during execution of work and
acts of coordination, which may be required between different agencies. Nothing extra shall be
payable on this account.

6) The nomenclature of the item given in the schedule of quantities gives in general the work
content but is not exhaustive i.e. does not mention all the incidental works required to be carried

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
56

out for complete execution of the item of work. The work shall be carried out, all in accordance
with true intent and meaning of the specifications and the drawings taken together, regardless of
whether the same may or may not be particularly shown on the drawings and/or described in the
specifications, provided that the same can be reasonably inferred there from may be several
incidental works, which are not mentioned in the nomenclature of each item but will be necessary
to complete the item in all respect. All these incidental works / costs which are not mentioned in
item nomenclature but are necessary to complete the item shall be deemed to have been included
in the rates quoted by the contractor for various items in the schedule of quantities. No
adjustment of rates shall be made for any variation in quantum of incidental works due to
variation / change in actual working drawings. Also, no adjustment of rates shall be made due to
any change in incidental works or any other deviation in such element of work (which is
incidental to the items of work and are necessary to complete such items in all respects) on
account of the directions of Engineer-in-Charge. Nothing extra shall be payable on this account.

7) The contractor shall give to the local body, 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 fees, taxes and charges which may be leviable on account of these
operations in executing the contract. Proper temporary barricading by fencing with G.I. sheets,
shall be carried out by the contractor at the start of work as per direction of Engineer-in-charge in
order to physically define the boundaries of the site earmarked for EMRS work for restricted
entry to only those involved in the work and also to prevent any accidents, at the same time
without causing any inconvenience to the traffic and the users of the handed over buildings in
the adjacent plots. It shall be done by providing, erecting, maintaining temporary protective
barricading of minimum 3.0 meters in height, made in panels, with each panel having MS frames
/ MS scaffolding pipes of suitable size and stiffness, with 24 gauge thick GI corrugated sheet or
suitably stiffened plain GI sheet fixed on frames. Such panels shall be suitably connected to each
other for stability with nuts and bolts, hooks, clamps etc. and fixed firmly to the ground at about
2 metres spacing, for the entire duration till completion of the work. He shall also provide and
erect temporary protective barricades within the plot, if required, to prevent any accident. It shall
be dismantled and taken away by the Contractor after the completion of work at his own cost
with the approval of the Engineer-in- charge. Nothing extra shall be payable on this account.

8) The contractor shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night. In case of any accident to labours/ contractual staff the entire
responsibility will rest on the part of the contractor and any compensation under such
circumstances, if becomes payable, shall be entirely borne by the contractor.

9) The work shall generally be carried out in accordance with the “CPWD Specifications 2019 Vol.I
& II with upto date Correction clips, additional/ Particular Specifications, Architectural/
Structural drawings and as per instructions of Engineer-in charge. Any additional item of the
work, if taken up subsequently, shall also confirm to the relevant CPWD Specifications as
mentioned above. Working (both Architectural and Structural) drawings will be released
progressively to the contractor commensurate to the construction schedule approved by
Engineer-in-charge.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
57

10) 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 scale dimensions.

11) In case of 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
iii. Special conditions
iv. Tender drawings attached
v. CPWD Specifications including correction slips issued upto the last date of uploading/
submission of tender.
vi. General Conditions of Contract for CPWD works including correction slips issued upto the last
date of uploading/submission of tender.
vii. Indian Standards Specifications of B.I.S.
viii. ASTM, BS, or other foreign origin codes mentioned in tender document.
ix. Manufacturer‟s specifications and as decided by the Engineer-in-Charge.
x. Sound Engineering practices or well established local construction practices.
xi. “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”.

12. The works to be governed by this contract shall cover delivery and transportation upto destination,
safe custody at site, insurance, erection, testing and commissioning of the entire work.

a. The works to be under taken 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.

b. Contracator shall provide all the shop drawings or layout drawings for all thecoordinated
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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
58

material submittals along with material sample for approval of Engineer – in – Charge prior to
delivery of material at site.

c. 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 measurements book duly test checked shall be deposited with Engineer in
charge or his authorized representative, prior to hiding these items.

13. The work shall be carried out in accordance with the approved Architectural structural drawings &
service drawings to be issued from time to time by the Engineer-in- charge. Before commencement
of any item of work the contractor shall correlate all the relevant structural drawings, Specifications
etc. issued for the work and satisfy himself that the information available from there is complete
and unambiguous. The figure and written dimension of the drawings shall be superseding the
measurement by scale. The discrepancy, if any, shall be brought to the notice of the Engineer-in-
charge before execution of the work. The contractor alone shall be responsible for any loss or
damage occurring by the commencement of work on the basis of any erroneous and or incomplete
information and no claim whatsoever shall be entertained by the department on this account.

14. 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 Engineer- in-charge.

15. Unless otherwise provided in the Schedule of quantities, the rates tendered by the contractor shall
be all inclusive and shall apply to all heights, lifts, leads and depths of the building and nothing
extra shall be payable to him on this account. Payment for centering, shuttering, however, if
required to be done for floor heights greater than 3.5m shall be admissible at rates arrived in
accordance with clause 12 of the agreement if not already specified.

16. The contractor shall take instructions from the Engineer-in-Charge regarding collection and
stacking of materials at suitable place. No stacking of materials or excavated earth or building
rubbish shall be stacked on areas where other buildings, roads, services and compound walls are to
be constructed. The stacking shall take place as per stacking plan. However, if any change is
required, the same shall be done with the approval of Engineer-in-Charge.

17. The Contractor shall bear all incidental charges for Cartage, storage and safe custody of materials, if
any, issued by department as well as to those materials also arranged by the contractor.

18. Any cement slurry added over base surface (or) for continuation of concreting for better bond is
deemed to have been built in the execution of work and nothing extra shall be payable or extra
cement considered in consumption on this account.

19. The contractor shall make his own arrangements for water and for obtaining electric connections if
required and make necessary payments directly to the State Govt. departments concerned.
Contractor shall get the water tested from laboratory approved by the Engineer-in-charge at regular

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
59

interval as per the CPWD Specifications 2019. All expenses towards collection of samples, packing,
transportation etc. shall be borne by the contractor.

20. Work shall normally be done in a single shift/day. However if the work is required to be executed
in more than one shift in a day for meeting the time lines, the Contractor with prior approval of the
Engineer-in-charge, shall have to make necessary arrangements for the same and all costs towards
the same shall be deemed to have been included in the quoted rates.

21. PREVENTION OF NUISANCE AND POLUTION CONTROL


The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to
the owners, tenants or occupiers of adjacent properties and to the public in general and to
prevent any damage to such properties from pollutants like smoke, dust, noise. The contractor
shall use such methodology and equipment so as to cause minimum environmental pollution of
any kind during construction and minimum hindrance to road users and to occupants of the
adjacent properties or other services running adjacent/near vicinity. The contractor shall make
good at his cost and to the satisfaction of the Engineer-in-charge, any damage to roads, paths,
cross drainage works or public or private property whatsoever caused due to the execution of the
work or by traffic brought thereon by the contractor. All waste or superfluous materials shall be
carried away by the contractor, without any reservation, entirely to the satisfaction of the
Engineer-in-charge.

22. 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 nearby occupants/users of building(s), if
any.

23. SECURITY AND TRAFFIC ARRANGEMENTS


In the event of any restrictions being imposed by the Security agency of Client Department /
CPWD/ Hyderabad Traffic or any other local 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 him on such accounts. The loss of time on these accounts, if
any, shall have to be made up by augmenting additional resources whatever required.

For the safety of all labour directly or indirectly employed in the work the contractors shall, in
addition to the provision of CPWD safety code and directions of the Engineer-in-Charge, make all
arrangements to provide facility as per the provision of Indian Standard Specifications (Codes)
listed below & nothing extra shall be paid on this account.
i. IS 3696 Part I Safety Code for scaffolds and ladders.
ii. IS 3696 Part II Safety Code for scaffolds and ladders Part II ladders.
iii. IS 764 Safety Code for excavation work.
iv. IS 4138 Safety Code for working in compressed air.
v. IS 7293 Safety Code for working with construction machinery.
vi. IS 7969 Safety Code for storage and handling of building
materials.
vii. IS 4130 Safety code for demolition of buildings.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
60

24. The contractor is required to make his own arrangements to provide huts for labourers as is
acceptable to local bodies /client and nothing extra shall be paid on this account. He shall make his
own arrangements for stores, field office etc. Before bidding, he shall visit the site and assess the
manner in which he is able to arrange the above facilities. The Engineer-in-charge shall in no way
be responsible for any delay on this account and no claim, whatsoever, on this account shall be
entertained.

25. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural
calamity, whatsoever during the execution of the work. The 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.

26. 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.

27. All materials obtained from contractor shall be got checked by the representative of Engineer-in-
Charge on receipt of the same at site before use.

28. The contractor shall be responsible for the watch and ward/guard of the buildings, safety of all
fittings and fixtures including all equipments, services provided by him against pilferage and
breakage during the 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 and no claim shall be
admissible on this account.

29. The contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals 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 / Telangana State Govt.
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. All
statutory taxes, levies, charges (including 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 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. The Contractor shall arrange to give
all notices as required by any statutory / regulatory authority and shall pay to such authority all
the fees that is 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
61

30. 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.

31. The contractor shall make all necessary arrangements for protecting works already executed from
rains, fog or likewise extreme weather conditions and for carrying out further work, during
monsoon 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.

32. The contractor will take reasonable precautions to prevent his workman and employees from
removing and damaging any flora (plant/vegetation) from the project area.

33. SETTING OUT


(i) 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 in
the drawings and actual layout at site shall be immediately 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
centre lines, etc., Nothing extra shall be payable on this account.

(ii) The contractor shall establish, maintain and assume responsibility for grades, lines, levels and
benchmarks. He shall report any errors or inconsistencies regarding grades, lines, levels,
dimensions etc 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.

(iii) If at any time, any error appears due to grades, lines, levels and benchmarks 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. Nothing extra shall be payable on this account.

(iv) Though the site levels are indicated in the drawings the Contractor shall ascertain and confirm
the site levels with respect to benchmark from the concerned authorities. The Contractor shall
protect and maintain temporary/ permanent benchmarks at the site of work throughout the
execution of work. These benchmarks 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.

(v) 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.

(vi) 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
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
62

errors or imperfections therein. Such rectifications shall be carried out by the Contractor at his
own cost to the entire satisfaction of the Engineer– in-charge.

(vii) The amount quoted by the Contractor are deemed to be inclusive of site clearance, setting
out work (including marking of reference points, center lines of buildings), construction and
maintenance of reference bench mark(s), taking spot levels, construction of all safety and
protection devices, barriers, barricading, signage, labour safety, labour welfare and labour
training measures, preparatory works, working during monsoon, working at all depths, height
and location etc. and any other incidental works required to complete this work. Nothing extra
shall be payable on this account.

34. TOOLS AND PLANTS


The contractor should deploy constructions equipment required for the proper and timely
execution of the work. Nothing extra shall be paid on this account.
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.

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.

35. SCAFFOLDING
Wherever required for the execution of work, all the scaffolding shall be provided and suitably
fixed, by the contractor. It 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.

36. The contractor shall do proper sequencing of the various activities by suitably staggering the
activities so as to achieve early completion. The contractor is to deploy adequate equipment,
machinery and labour as required for the completion of the entire work within the stipulated
period as specified. Also ancillary facilities shall be provided by contractor 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 condition 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 workshop for this work, shall be

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
63

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.

37. ROYALTY
Royalty/Seigniorage Fee at the prevalent rates shall be deducted from the Bills payable to the
Contractor, as per G.O. No. [Link]. 18 dated 31.03.2022 issued by Industries and Commerce (M.I)
Department, Government of Telangana state and issued by DM&G, Hyderabad Lr No
1247095/P/2021 dated 16.04.2022 ( copy enclosed along with tender document), or as per
consequent/latest G.O. if any, issued by the Government of Telangana State, on all materials such
as boulders, metals, all sizes stone aggregates, brick aggregates, coarse and fine sand, moorum,
river sand/ Manufactured sand, gravels and bajri etc. collected by him for the execution of the
work. The rates quoted by the contractor shall be inclusive of such Royalty and taxes etc. and
nothing extra shall be payable on this account.

38. PRESERVATION AND CONSERVATION MEASURES


(i) Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar services, if
any, encountered in the course of the execution of work shall be protected against the damage by
the contractor at his own expense. In case the same are to be removed and diverted, expenditure
incurred in doing so shall be payable to the contractor. The contractor shall work out the cost, get
the same approved by Engineer-in-charge before taking up actual execution. 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.

(ii) 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 Act..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.

39. RESPONSIBILITY OF CONTRACTOR


(i) He shall protect and indemnify the CPWD 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.

(ii) The fee payable to statutory authorities for obtaining the various permanent service
connections and Building Use Certificate for the building shall be borne by the Client.

(iii) The Contractor shall assume all liability, financial or otherwise in connection with this contract and
shall protect and indemnify the CPWD from any and all damages and claims that may arise on any
account. The Contractor shall indemnify the Department CPWD 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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
64

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.

40. CO-OPERATION WITH OTHER CONTRACTORS/SPECIALIZED AGENCIES/ SUB-


CONTRACTORS.
i) The contractor shall take all precautions to adhere by the environmental related restrictions
imposed by any statutory body having jurisdiction over work site as well as prevent any pollution
of streams, ravines, river bed and waterways. All waste or superfluous materials shall be
transported by the contractor, entirely to the satisfaction of the Engineer-in-charge and disposed at
designated places only. 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
claims whatsoever on account of site constraints mentioned above or any other site constraints, lack
of public transport, inadequate availability of skilled, semi-skilled or unskilled workers in the near
vicinity, non-availability of construction machinery spare parts and any other constraints not
specifically stated herein, shall be entertained from the contractor. Therefore, the tenderers are
advised to visit site and get first-hand information of site constraints. Accordingly, they should
quote their tenders. Nothing extra shall be payable on this account.

ii) The contractor shall cooperate with and provide the facilities to the sub-contractors and
other agencies working at site for smooth execution of the work. The contractor shall
indemnify the CPWD against any claim(s) arising out of any disputes. The contractor
shall:
(a) Allow use of scaffolding, toilets, sheds etc.
(b) Properly co-ordinate their work with the work of other contractors.
(c) Provide control lines and benchmarks to his sub-contractors and the other
Contractors.
(d) Provide electricity and water at mutually agreed rates.
(e) Provide hoist and crane facilities for lifting material at mutually agreed rates.
(f) Co-ordinate with other contractors for leaving inserts, making chases, alignment of
services etc. at site.
(g) Adjust work schedule and site activities in consultation with the Engineer-in-
Charge and other Contractors to suit the overall scheduled completion.
Resolve the disputes with other contractors/ sub-contractors amicably and the
Engineer-in-charge shall not be made an intermediary or an arbitrator.

(iii) The work should be planned in a systematic manner so as to ensure proper coordination of
various disciplines viz. water supply, drainage, rain water harvesting, electrical, fire fighting,
information technology, communication & electronics and any other services.

(iv) Other Associated agencies may also simultaneously execute and install the works of sub-
station / generating sets, air-conditioning, lifts, etc. for the work and the contractor shall
afford necessary facilities for the same. The contractor shall leave such recesses, holes, openings
trenches etc. as may be required for such related works at the time of casting of concrete,
stone work and brick work, if required, and nothing extra shall be payable on this account.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
65

(v) 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 off 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 in a proper coordinated manner and shall perform it in proper sequence
to the complete satisfaction of others.

41. SUPERVISION OF WORK


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 work 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 as mentioned in the bid document to complete the work with quality
and within stipulated time limit.

42. SPECIALIZED AGENCIES


Any specialized component of work in the project, for which expertise is lacking with the main
contractor the same, shall be carried out in association with a specialized agency to be approved
by the Engineer-in-charge.

43. RATES
(i) The amount quoted by the Contractor are deemed to be inclusive of site clearance, setting outwork,
profile, setting lay out on ground, establishment of reference bench mark(s), installing various
signage, taking spot levels, with total station, construction of all safety and protection devices,
compulsory use of helmet and safety shoes, and other appropriate safety gadgets by workers,
imparting continuous training for all the workers, barriers, preparatory works, construction of clean,
hygienic and well ventilated workers housings in sufficient numbers, working during monsoon or
odd season, working beyond normal hours, working at all depths heights, lead, lift, levels and
location and any other unforeseen but essential incidental works required to complete this work.
Nothing extra shall be payable on this account and no extension of time for completion of work shall
be granted on these accounts.
(ii) The amount quoted by the tenderer is inclusive of all taxes and levies including GST and
nothing extra shall be payable.

(iii) Ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication
yard, offices for Contractor, watch and ward, 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 from local bodies etc., protection works, 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 amount quoted by the Contractor. Nothing extra shall be payable

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
66

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.

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. 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.

44. SAFETY MEASURES


i) 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.

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

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

iv) 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
67

v) The issue of construction safety & standards has gained utmost importanace 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:
b) Creating awareness
c) Education
d) Tranining
e) Implementation
f) 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.

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

vii) 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.

45. QUALITY ASSURANCE


i) Contractor shall have to engage well-experienced skilled labour and deploy modern T&P and other
equipment to execute the work. 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. 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.

ii) 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.

iii) In addition to the supervision of work, CPWD Engineers/Client department officials 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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
68

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.

iv) 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 make 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.

v) The contractor shall at his own cost submit samples of all materials sufficiently in advance and
obtain approval of Engineer-in-Charge. The materials to be used in actual execution of the work
shall strictly conform to the quality of samples approved by the Engineer-in-Charge and nothing
extra shall be paid on this account. The acceptance of any sample or material on inspection shall not
be a bar to its subsequent rejection, if found defective.

vi) 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. The
Contractor shall submit PO‟s of the all the materials to CPWD, prior to bringing them to site. Any
Material brought to site without submission of PO to CPWD shall be rejected. 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 suggested list of brand
names given in the tender document / particular specifications for approval of Engineer-In-Charge.
For all other items, materials and fittings of ISI Marked shall be used with the approval of Engineer-
In-Charge. Wherever ISI Marked material / fittings are not available, the contractor shall submit
samples of materials / fittings manufactured by firms of repute conforming to relevant specifications
or IS codes and use the same only after getting the approval of Engineer-In-Charge.

vii) SPECIAL CONDITION FOR HARDWARE AND SANITARY WARES:

a) 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.

b) The following procedure should be followed in case of removal of rejected / Sub-standard


Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
69

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.

viii) SAMPLE OF MATERIALS:


i) 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 pper List of Approved makes given in the tender document for
approval of Engineer in charge. For all other tiems, ISI Marked Materials and fittings shall
be used with the approval of Engineer in charge. Wherever ISI marked material / fittings
are not availae, 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.

ii) 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 contractor 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 o 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.

iii) 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 brnad / 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.

iv) 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.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
70

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 the 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 specificatopms.

v) For certain items, if frequency of testsis neither mentioned in the CPWD specifications nor
BIS, then tests shall be carried out as per directions of Engineer – in – charge.

ix) 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. All
materials whether obtained from Govt. stores or otherwise shall be got checked by the Engineer-
in-Charge or his authorized supervisory staff on receipt of the same at site before use.

x) The contractor has to establish field laboratory at site including all necessary equipment for field
tests as given in Schedule „F‟. All the relevant and applicable standards and specifications shall
be made available by the contractor at his cost in the field laboratory. The contractor shall
designate one of his technical representatives as Quality Assurance Engineer, who shall be
responsible for carrying out all mandatory field/laboratory tests. The contractor shall also
provide adequate supporting staff at his cost for carrying out field tests, packaging and
forwarding of samples for outside laboratory tests and for maintaining test records.

xi) Lab Equipment:


(i) The contractor shall provide at his own cost suitable weighing, surveying and leveling 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 miimum 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.

xii) FIELD LABORATORY:


TheContractor 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
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
71

tender document at his own cost to have proper quality control. Rs.1,000/- 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.

xiii) The tests, as necessary and where no field laboratory facilities are available, shall be conducted in
the laboratory approved by the Engineer–in- Charge. For materials for which field testing
equipment is established at site, for those materials 90% of total tests shall be done at the
laboratory established at site by contractor and remaining in the reputed laboratories approved by
Engineer-in-charge. The samples shall be taken for carrying out all or any of the tests stipulated in
the particular specifications and as directed by the Engineer-in-Charge or his authorized
representative.

xiv) 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.
(iii) All the test in field lab setup at Construction Site shall be carried out bythe 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.

xv) 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.

xvi) 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.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
72

xvii) All expenditure to be incurred for testing of samples e.g. packaging, sealing, transportation,
loading, unloading etc., including testing charages shall be borne by the Contractor.

In case of concrete and reinforced concrete work also the contractor shall be required to make
arrangement for carrying out compression strength tests at his own cost. He shall render all
assistance for the preparation of cubes, safe custody of the same, proper curing and carriage upto
the laboratory where the test is to be performed.

xviii) 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.

xix) 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.

xx) Water tanks, taps, sanitary, water supply and drainage pipes, fittings and accessories should
confirm to bylaws and municipal body / corporation where CPWD Specifications are not
available. The contractor should engage licensed plumbers for the work and get the materials
(fixtures/fittings) tested by the Municipal Body/Corporation authorities wherever required at
his own cost.

xxi) The contractor shall have to execute guarantee bonds in respect of water proofing works,
Aluminium doors windows & ventilators work, Curtain/Structural Glazing works as per
Performa enclosed.

xxii) 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 / fire fighting equipments, 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.

xxiii) Senior Officers of CPWD, Degnitaries 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 shallm therefore, keep updated the following
requirements and detailing:-

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
73

a) 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.
b) Entrance and area surroundings to be kept cleaned.
c) Display layout plan key plan, Building drawings including plans, elevations and sections.
d) Upto date displays of programme chart (Bar charts).
e) Keep details of quantities executed, balance quantities, deviations, possible Extra item,
Substituted item etc.
f) Keep plastic / cloth mounted one sets of building drawings.
g) Set of Helmets and safety shoes for safety,

46. SUBMISSION AND DOCUMENTATION


i) 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. He should also keep at site at least one set of latest version of BIS Codes and other relevant
codes at site and produce the same if asked for by Engineer-In-charge. In case of non-compliance,
these codes will be purchased from the market and actual cost of purchase will be recovered from
the next RA Bill of the contractor.

ii) The contractor shall make available four (04) sets of completed drawings, “As Built Drawings”
along with literatures, manuals, warranty certificates etc. of various installed fittings, fixtures and
equipment for the completed projects. This shall be the prerequisite for payment of final bill.

iii) The Contractor shall make available three (03) sets of all drawings of internal and external services
i.e. Water Supply, Sanitary line and Drainage lines. This shall be the prerequisite for payment of
final bill. These drawings shall have the following information:

(a) Run off for all piping and their diameters including soil, waste pipes and vertical stacks.

(b)Ground and invert level of all drainage pipes together with locations of all manholes
and connections, upto outfall.

(c)Run off for all water supply lines with diameters location of control valves, access panels etc.

iv) The contractor will submit computerized measurement sheet for the work carried out by him for
making payment as per Clause – 6 of the CPWD General Conditions of Contract 2020 (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 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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
74

which no hindrance shall be recorded.

v) To avoid delay, contractor should submit all samples well in advance so as to give timely orders for
procurement.

47. PROJECT PROGRAM CHART:


The Contractor shall prepare an integrated program chart within 15 (Fifteen) days of issue of
acceptance letter including civil as well as E & M activities for the execution of work, Showing
clearly all activities from the start of work to completion, with details of manpower, equipment and
machinery required for the fulfillment of the program within the stipulated period and submit
the same for approval of the Engineer-In-Charge within fifteen days of the award of the work.
These shall be submitted by the contractor through electronic media besides forwarding hard
copies of the same. The integrated program chart so submitted should not have any discrepancy
with the physical milestones attached in the contract agreement.

i) Apart from the above integrated program chart, the contractor shall be required to submit
fortnightly progress report of the work in a computerized form on 1st and 16th of every month.
The progress report shall contain the following, apart from whatever else may be required as
specified above:
ii) Construction schedule of the various components of the work through a bar chart for the next
two fortnights (or as may be specified), showing the micro-milestone/milestones, targeted tasks
(including material and labour requirement) and upto date progress. Digital photographs
showing all the part of construction site along with video of executions of different items
whenever required in soft copy has to be submitted in every fortnightly progress report.

iii) Progress chart of the various components of the work that are planned and achieved, for the
fortnight as well as cumulative upto the fortnight under reckoning, with reason for deviations,
if any in a tabular format.

iv) Plant and machinery statement, indicating those deployed in the work.

v) Man-power statement indicating:

 Individually the names of all the staff deployed on the work, along with their
designations.

 No. of skilled workers (trade wise) and total no. of unskilled workers deployed on the work and
their location of deployment i.e. blocks.

vi) Financial statement, indicating the broad details of all the running account payment received
upto date, such as gross value of work done, advances taken, recoveries effected, amount
withheld, net payments details of advance payment received, extra/substituted/deviation
items if any, etc.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
75

48. TEMPORARY WATER/ ELECTRICITY/ TELEPHONE CONNECTION


i) 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.
ii) 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. Nothing
extra shall be payable on this account.
iii) 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 & electric supply shall be made
by the Contractor for 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.

49. CLEANLINESS OF SITE


(i) The contractor shall not stack building material/ malba/ muck on the land or road of the local
development authority or on the land owned by others, as the case may be. So the muck, rubbish
etc. shall be removed periodically as directed by the Engineer-in-charge, from the site of work to
the approved dumping grounds as per the local byelaws and regulations of the concerned
authorities and all necessary permissions in this regard from the local bodies shall be obtained by
the contractor. Nothing extra shall be payable on this account. In case, the Contractor is found
stacking the building material / malba as stated above, the Contractor shall be liable to pay the
stacking charges/penalty as may be levied by the local body or any other authority and also to
face penal action as per the rules, regulations and bye-laws of such body or authority. The
Engineer –in- Charge shall be at liberty to recover, such 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 and performance guarantee in respect of this contract agreement.

(ii) 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, services and compound walls are to be constructed.

(iii) The site of work shall be always kept clean due to constraints of space and to avoid any nuisance to the
users of buildings in the adjacent plots. The Contractor shall take all care to prevent any water- logging
at site. The waste water, slush etc. shall not be allowed to be collected at site. It may be directly
pumped into the creek with prior approval of the concerned authorities. For discharge into public
drainage system, necessary permission shall be obtained from relevant authorities after paying the
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
76

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.

50 INSPECTION OF WORK
In addition to the provisions of relevant clauses of the contract, the work shall also be open to
inspection by Senior Officers of CPWD/CTE and their representatives .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.

51 SUBMISSION OF AS BUILT DRAWINGS


The contractor shall submit completion plan (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 plan as aforesaid, he shall be laible to pay a
sum of 0.1% of Tendered value or Rs.50,000/- whichever is more 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 completion plans for Internal and External Civil , Electricl 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.
52 REFUND OF PERFORMANCE GUARANTEE
The performance guarantee for the work shall be refunded to the contractor soon after the
completion of the entire construction works under this agreement and recording of the
completion certificate for such agreement and submission of completion plans as constructed and
subjected to submission of performance guarantee for Schedule II items as mentioned above.

53 DEFECT LIABILITY PERIOD (Refund of Security Deposit)


The defect liability / maintenance period shall be 12 months after the date ofcompletion work for
this contract agreement. The Security Deposit shall be released after the defect liability period of
12 months after completion of entire project work and for this the contractor shall have to
produce a certificate stating that no defects arepending for rectification from the Engineer-in-
Charge, but subject to other provisions specified elsewhere in the contract agreement.

54 . GENERAL CLARIFICATIONS

i) 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, upto the previous day of last date of submission of bids.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
77

ii) Unless otherwise specified in the schedule of quantities, the amount quoted shall be
considered, as inclusive of pumping out or bailing out water, if required throughout the
construction period for which no extra payment shall be made. This shall also include water
encountered from any source such as rains, floods, sub soil water table being high and/or
due to any other cause whatsoever.

iii) All stone aggregate and stone ballast shall be of hard stone variety to be obtained from
approved quarries.

iv) The sand, Coarse/manufacture sand/Pulverized Stone sand/ crushed stone sand should be
obtained from approved sources. The same shall be clean and sharp angular grit type. The
sand shall be screened before using, if required. If the sand brought to site is dirty, it must be
washed in clean water to bring the sand to the required specifications. Nothing extra shall be
payable on this account.

v) The amount quoted for this work, shall unless clearly specified otherwise, include cost of all
operations and all inputs of labour, material, T & P, scaffolding, wastages, watch and ward,
other inputs, all incidental charges, all taxes, cess, GST, duties, levies etc. required for
execution of the work.

55 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-by to attend to repair of pumps etc. and
disruption of power / fuel supply. Nothing extra shall be payable on this account.

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.

56 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
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
78

amount equivalent to contract value for this work, with Engineer-in- Charge as the first
beneficiary. The insurance shall be obtained in joint names of Engineer-in-Charge and the
Contractor (who shall be second beneficiary). Also, he shall indemnify the Department from
any liability during the execution of the work. Further, he shall obtain and submit to the
Engineer-in-Charge, a third party insurance policy for maximum Rs.10 lakh for each accident,
with the Engineer-in-Charge as the first beneficiary. The insurance shall be obtained in joint
names of Engineer-in-Charge and the Contractor (who shall be second beneficiary). The
Contractor shall, from time to time, provide documentary evidence as regards payment of
premium for all the Insurance Policies for keeping them valid till the completion of the work.
The Contractor shall ensure that Insurance Policies are also taken for the workers of his Sub-
Contractors / specialized agencies also. Without prejudice to any of its obligations and
responsibilities specified above, the Contractor shall within 10 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.

57 Applicable Permits
i. 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 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.

ii. 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.

58. Compliance of directives of Hon’ble National Green tribunal (NGT) dated


04.12.2014 and 10.04.2015 and EIA guidance manual issued in February 2010.
The contractor shall comply with following guidelines on the matter in pursuance of
orders passed by Hon‟ble National Green Tribunal.
1) The contractor shall not store / dump construction material or debris on metalled road.

2) The contractor shall get prior approval from Engineer-in-charge for the area where the
construction material or debris can be stored beyond the metalled road. This area shall not cause
any obstruction to the free flow of traffic / inconvenience to the pedestrians. It should be ensured
by the contractor that no accidents occur on account of such permissible storage.

3) The contractor shall take appropriate protection measures like raising wind breakers of

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
79

appropriate height on all sides of the plot/area using CGI sheets or plastic and/or other similar
material to ensure that no construction material dust fly outside the plot area.

4)The contractor shall ensure that all the trucks or vehicles of any kind which are used
for construction purposes/or are carrying construction material like cement, sand and other allied
material are fully covered. The contractor shall take every necessary precautions that the vehicles
are properly cleaned and dust free to ensure that enroute their destination, the dust, sand or any
other particles are not released in air/contaminate air.

5)The contractor shall provide mask to every worker working on the construction site
and involved in loading, unloading and carriage of construction material and construction debris to
prevent inhalation of dust particles.

6)The contractor shall provide all medical help, investigation and treatment to the workers involved in
the construction of building and carry of construction material and debris relatable to dust
emission.

7)The contractor shall ensure that C&D waste is transported to the C&D waste site only and due record
shall be maintained by the contractor.

8)The contractor shall compulsory use of wet jet in grinding and stone cutting.

9) The contractor shall comply all the preventive and protective environmental steps as
started in the MoEF guidelines, 2010.

10) The contractor shall carry out on-road-inspection for black smoke generating
machinery. The contractor shall use cleaner fuel.

11) The contractor shall ensure that all DG sets comply emission norms notified by MoEF.

12) The contractor shall use vehicles having pollution under control certificate. The
Emissions can be reduced by a large extent by reducing the speed of a vehicle to 20 kmph.
Speed bumps shall be used to ensure speed reduction. In cases where speed reduction cannot
effectively reduce fugitive dust, the contractor shall divert traffic to nearby paved areas.

13) The contractor shall ensure that the construction material is covered by tarpaulin. The contractor
shall take all other precaution to ensure that no dust particles are permitted to pollute air quality
as a result of such storage.

14) Nothing shall be paid extra for fulfilling of all the above conditions.

59. Office Infrastructure:


1. Contractor shall provide Temperorary office of size not less than 60 sqmwith necessary
table and chairs for field staff of Department as per directions of the Engineer in charge.

2. For quality control Measures, preparation of Bills and Monitoring the quality, the contractor shall
provide one computer having Intel core i7 processor, MS-Windows – 10, A-3 Coloured Inkjet & A-4
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
80

Laserjet Printers, Scanners, UPS etc, with data entry operator in the site office of Engineer in
charge.

3. 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
department per year shall be arranged by the contractor.

60. 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 borned 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.
61. ROAD:
a) The contractor shall at his own expense and risk arrange land for accommodation of labour, setting
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 maybe 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 direction of
the Officer – in – charge for the use of the land avaiblabe 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, shll 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 an agriculture field and it has no roads. It is the contractor‟s responsibility to construct a
all weather road to enable him to access the site for kitchen & Dining, Boys and Girls Hostel and
School building in all seasons for ensuring smooth process of work to achieve completion of work
within contract period. No claim for EOT will be entertained.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
81

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

In response to COVID-19 outbreak, the following standard Operating Procedures (SOPs) and
guidelines to ensure safety of construction site workers which shall be followed scrupulously. In
addition to trained Supervisor(s), a Site Safety Representative (SSR) will be deployed at every site,
to ensure that safety guidelines are followed. Necessary trainings will be given in advance to
Supervisors and SSRs, so that they can train the workers further.

A. General Guidelines – Applicable to all:

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

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

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

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

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

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

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

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

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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
82

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 eg. cleaning area, toilets etc. should be
identified and all arrangements should be made to ensure social distancing.

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

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

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

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

18. Rumors shall be discouraged and offenders be warned.

19. An isolation room shall be created at site.


B. Guidelines for Workers:

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

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

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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
83

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

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

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

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

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

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

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

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

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

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

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

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

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

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

C. Guidelines for Material, Tools. 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.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
84

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

3. Proper disposal of garbage should be ensured.

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

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

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

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


Manager of Contractor:-

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

2. Call for a doctor.

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

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

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

E. Responsibility of various stakeholder


Responsibility of various stakeholders shall be as below:

[Link]. Designation Responsibility


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

To submit daily compliance report to CPWD Nodal officer.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
85

To Designate a senior person as COVID Marshal and form a


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

To intimate daily requirement of PPEs, Sanitizers, disinfectants


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

Annexure 1
COVID – 19 (Coronavirus) Exposure Questionnaire for New Workmen
Name Native (State, District / City, Village):
Age:

Gender:

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


1. Location/Travel Declaration

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

COUNTRY CITY/VILLAGE DATE ARRIVED / DATE


SINCE WHEN YOU DEPARTED
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
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
86

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

YES NO

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

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

6. Are you currently in good health?

YES NO

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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
87

Annexure 2
PPE and other material requirement:

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

List of Personal
[Link]. Protective Equipment Scope
(PPEs)
Nose Mask & Paper For all workmen (daily one for at least one month)
1
Tissues
For workmen involved in disinfection/sanitization
Face mask / Face
2 activity (new one to be issued for each day activity) and
shield/Goggles
COVID Marshal
For workmen involved in disinfection/ sanitization
3 Gloves (Nitrile)
activity (new one to be issued for each day activity)
For COVID Marshals and workmen involved in
Coverall/Gowns
4 disinfection/sanitization activity (new one to be issued
(Nitrile)
for each day activity)

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
88

PARTICULAR SPECIFICATIONS

1.1 In case of items not covered by the CPWD specifications referred to above, or particular
specifications attached, reference shall be made to appropriate latest IS codes and the decision of
the Engineer-in-Charge shall be final and binding on the contractor.

1.2 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 there to or revisions thereof if
any, upto the date of receipt of tenders.

1.3 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).

1.4 All stone aggregate and stone ballast shall be of hard stone variety to be obtained from approved
quarries or any other source to be got approved by the Engineer-in-charge.

Fine Aggregate:-
(i) The fine aggregate to be used for all items except in plastering work, shall be with Pulverized
Stone Sand/ Crushed Stone Sand (Manufactured Sand) and shall be obtained from only
approved sources. For Plastering Work, River Sand shall be used which shall be clean and
sharp angular grit type. The sand shall be screened before using, if required. If the sand
brought to site is dirty, it must be washed in clean water to bring the sand to the required
specifications. Nothing extra shall be payable on this account.

(ii) The contractor should find out the approved source/quarries at his end. To find out the
approved source/quarries is the responsibility of contractor.
(iii).Fine Aggregate to be used for cement concrete work i/c RCC, mortar for masonry and
plaster work shall be of standard quality and shall be obtained from a source to be got
approved from the Engineer-in-Charge and screened as required. It shall be clean and sharp
angular grit type. In case of non availability of crushed stone sand, the agency may be
permitted at the discretion of Engineer-in Charge to use river/quarry sand on their request
on production of adequate proof of non availability of the same, provided it conforms 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 IIT Hyderabad/ JNTU Hyderabad/ NCCBM Hyderabad or any other laboratory
appoved by ADG / Chief Engineer, for which nothing extra shall be paid. In case of use of
crushed stone sand, all necessary precautions for CC work, RCC work, masonry work, and
all other related works shall be taken by the agency as per relevant CPWD specifications and

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
89

BIS codes without any extra cost. Nothing extra shall be paid for using river/quarry sand in
place of crushed stone sand.
1.5 Before taking up the finishing work such as Flooring, Plastering, sample unit of toilet, room
etc,contractor shall prepare full-scale sample for large-scale repetitive items and get approved
from Engineer-in-Charge before taking up for execution on large scale.

1.6 The contractor shall get the samples of various materials, fittings to be used in work approved
well in advance from the Engineer-in-Charge before placing orders.
1.7 The contractor shall produce all the materials in advance so that there is sufficient time for
testing and approving of the material and clearance of the same before use in work.

1.8 The structural and architectural drawings shall at all times be properly correlated before
executing any work. In case of any discrepancy in the items given in the schedule of quantities
appended with the tender and Architectural drawings relating to the relevant item, the former
shall prevail unless otherwise given in writing by the Engineer-in-Charge.

1.9 The information and details given in the Architectural & Structural drawings, preliminary soil
investigation report and mentioned herein and also elsewhere in the tender documents are
being furnished for general information and guidance only. The Department in no case shall be
held responsible for the inaccuracy thereof or any interpretation/ or conclusion drawn from
them by the contractor.

1.10 The percentage rate quoted by the contractor / agency shall be inclusive of mobilization to site
all necessary machineries and equipments, furnishing, handling, storing, installation including
placing, cutting holes, splicing, driving, re-driving, bailing out water,pulling out and removal
of the temporary earth retaining structure / strutting etc. from site and other machineries,
equipments, instrumentations etc. men ,materials etc. , other incidental to works, for execution
of work, with all safety measures as required for the execution of construction work for safety of
surrounding existing buildings structures, parked / moving vehicles, equipments and machines
etc. as per direction of Engineer-in-charge.

2.0 [Link]:
2.1 In respect of projected balconies, projected slabs at roof level and projected verandah, the
payment for the RCC work shall be made under the item of RCC slabs. The payment for
centering and shuttering of such items shall similarly be paid under the item of centering and
shuttering of RCC slab.

2.2 Any cement slurry added over base surface or for continuation of concreting for better bond is
deemed to have been in built in the items and nothing extra shall be payable nor any extra
cement shall be considered in cement consumption on this account.

2.3 As per Technical Circular no.18 issued by CE(CSQ), CPWD, New Delhi vide no.G- 2/SE(QA)
/CSQ/69 dated 12.2.2013 , Ultrasonic Pulse Velocity Method of Test for RCC members is
required to be conducted for CPWD works as a routine test. The acceptance criteria
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
90

applicable is as per IS 13311 (Part I) 1992. It may be ensured that this test is carried out in 5%
of RCC structural members, to ensure quality of concrete. “Good” and “Excellent” grading
are acceptable and below these grading the concrete will not be acceptable.

Wherever concrete is found with less than required quality as per acceptance criteria, repairs to
concrete shall be made. Honeycombed areas and loose pockets shall be repaired by grouting
using Portland cement Mortar/ Polymer Modified Cement Mortar/ Epoxy Mortar 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 cement slurry made with
shrinkage compensating cement/ plain cement slurry etc. shall be resorted to for repairs. Repair
to concrete shall be done till satisfactory results are obtained as per the acceptance criteria by
retesting of the repaired areas. If satisfactory results are not obtained, dismantling and relaying
of concrete shall be done. Nothing extra shall be payable over and above the agreement item
for executing such rectification works.

3.0 BRICK WORK

3.1 The brickwork shall be carried out with good quality fly ash cement bricks of class designation
7.5. The physical properties shall conform to those of Fly Ash cement bricks as per CPWD
Specifications.
3.2 The rate shall also include for leaving chases / notches for dowels / cramps for all kinds of
cladding to come over brick work.

3.3 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.

5.0 FLOORING:

5.1 All work in general shall be carried out as per CPWD Specifications (Volume 1) 2019 with up-
to-date correction slips.

5.2 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.

4.3 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.

4.4 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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
91

shall not be removed except with the written permission of Engineer-in-Charge. No payment
whatsoever shall be made for these samples.

4.5 The Marble/ Kota/ Granite or any other stone shall be fully supported by the details
establishing the quarry and its location or source.

4.6 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.

a. 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.

b. Single piece of granite stones shall be used for staircase, treads / risers and nothing extra shall
be paid in this account.

c. 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.

d. 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.

e. 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.

f. Vitrified Tile Flooring

4.12.1 The tiles shall be of approved make and shall generally conform to Table 12 of IS15622.
The full body Vitrified tiles of specified sizes shall be 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.

4.12.2 The vitrified tiles 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 of first quality of approved make.
5.0 WATER SUPPLY AND SANITARY INSTALLATIONS:
5.1 The centrifugally cast (spun) iron S&S pipe, Hub less pipes and G.I pipe / CPVC Pipes/ SWR
Pipes wherever necessary shall be fixed to RCC columns, beams etc. with steel dash fastener
and nothing extra shall be paid for this.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
92

5.2 The contractor shall be responsible for the protection of the sanitary and water supply fittings
and other fittings and fixtures against pilferages and breakage during the period of installation
and thereafter until the building is handed over.

5.3 The fixing and jointing of vertical CI/SCI pipes/Stacks shall be done on MS brackets as per
TECHNICAL CIRCULAR No. 20 Dated 16-04-2013, issued by SE (QA), CSQ, CPWD, New
Delhi. A copy of Sketch / Figure showing Fixing Details of Vertical Pipes / Stacks is attached.
The piping stack shall be installed at least 50mm, away from the finished / plastered shaft wall.
The Item of Brackets and Clamps shall be paid for separately. From floor traps to outside CI
fittings only single piece connection pipe shall be used.

6.0 WATER PROOFING TREATMENT


6.1 IN SUNKEN/DEPRESSED FLOOR SLABS
6.1.1 INTEGRAL WATER PROOFING TREATMENT

[Link] The specification given for the roof surface shall apply for treatment of sunken floor slabs
except that instead of brick bats, well burnt brick aggregates of about 40 mm, size shall be
used and rounding and tapering at junctions of floor and beam/wall shall be done to a
height of 300 mm, The finishing layer of 20 mm. thick cement mortar and cement slurry shall
be continued on the vertical surfaces for the entire sunken portion. The finished surface shall
be true to line/ level and gradient as specified and of the required thickness.

[Link] Water proofing treatment shall be cured for 10 days.

[Link] Before the water proofing treatment is done it shall be ensured that the outlet pipes
are properly fixed and the gap between the wall and pipes are properly filled with
brick/stoneaggregate and cement mortar admixed with proprietary water proofing
compound and grouted with cement slurry admixed with proprietary water proofing
p[compound by injection process.

6.1.2 MEMBRANE WATER PROOFING TREATMENT

[Link] The work in general shall be carried out as per CPWD Specifications or / as per
Manufacturer‟s Specifications. The Applicators authorized by the manufacturers shall
only be engaged in the work.

[Link] Before the water proofing treatment is done it shall be ensured that the outlet pipes are
properly fixed and the gap between the wall and pipes are properly filled with

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
93

brick/stone aggregate and cement mortar admixed with proprietary water proofing
compound and grouted with cement slurry admixed with proprietary water proofing
compound by injection process.

6.2 ON TERRACE/ROOF/BALCONIES ETC

6.2.1 The work in general shall be executed as per Manufacturers Specifications or CPWD
Specifications as applicable.

6.2.2 Total quantity of the water proofing compound required shall be arranged only after
obtaining the prior approval of the Engineer in Charge in writing. Materials shall be
kept under double lock and key and proper account of 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.

6.2.3 The finished surface after water proofing treatment for floor in sunken portion shall
have minimum slope of 1 in 48 unless otherwise decided by the Engineer in Charge.

6.2.4 Before commencement of treatment on floor surface, it shall be ensured that outlet
drain/spouts have been fixed and the spout openings have been eased and rounded
off properly for easy flow of water.

6.2.5 Contractor shall associate himself with anyone of the specialist firms relating to the
water proofing treatment with the approval of Engineer in charge.

6.2.6 Water proofing treatment of all types of work: The Contractor(s) shall submit for the
approval of the Engineer-in-Charge, the names of specialized agencies, of repute
along with their technical & financial capability proposed to be engaged by him
within three months from the date of award who have executed satisfactorily at least
one similar work of equal or more magnitude or two similar works of minimum 50%
magnitude (Financial) of water proofing items in the agreement during the last seven
years.

6.3 Guarantee for water proofing works:


Five years guarantee bond in prescribed proforma (Annexure-IV Page 34-35) attached
herewith shall be submitted by the contractor which shall also be signed by both the
specialized agency and the contractor to meet their liability/liabilities under the
guarantee bond. However, the sole responsibility of above efficiency of water proofing
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
94

treatment shall rest with the building contractor. Separate guarantee bonds shall be
submitted by the contractor for different type of water proofing works. Additional 5%
(five percent) of the cost of water proofing work (other than Security Deposit
mentioned in schedule E) shall be retained as security deposit and the amount so
withheld would be released after five years from the date of expiry of defects liability
period under the agreement, if the performance of the work done is found satisfactory.
If any defect is noticed during the guarantee period, it shall be rectified by the
contractor within 7(seven) days of receipt of intimation of defects pointed out, and if
not attended within the specified period, the same will be got done from other
Agency/Agencies at the risk and cost of contractor. While attending to the rectification
work, the Contractor is responsible to restore and make good any collateral damages
likely to occur, to its original specifications. The cost of executing these contiguous
works while attending the rectification works shall be borne by the contractor. The
security deposit against this item of work shall be in addition to the security deposit
mentioned elsewhere in contract form.

7.0 CONDITIONS FOR CEMENT AND STEEL REINFORCEMENT:


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.

7.1 CEMENT:-
The contractor shall procure Ordinary Portland Cement (OPC) 43 grade conforming to IS:
8112 as required in the work from reputed manufacturers of cement such as ACC, Ultratech,
Shree Cement, Ambuja, Jaypee Cement, Vikarm, Centuary, J.K. Cement, Chettinad, Penna
Cement, Bharati cement, Nagarjuna, and Maha or from any other reputed cement
manufacture having a production capacity not less than 1 million Ton per annum as
approved by ADG, Hyderabad Region, CPWD, Hyd / Chief Engineer- Hyderabad, CPWD,
Hyderabad. Supply of cement shall be taken in 50kg bags bearing manufacturer‟s name and
ISI marking. Samples of cement arranged by the contractor shall be taken by the Engineer-
in-Charge and got tested in accordance with provisions of relevant BIS codes. In case test
results indicate that the cement arranged by the contractor does not conform to the relevant
BIS codes, the same shall stand rejected and shall be removed from the site by the contractor
at his own cost within a week‟s time of written order from the Engineer-in-Charge to do so.
If the contractor uses Puzzolona Portland Cement (PPC) in lieu of Ordinary Portland cement
(OPC) necessary cost adjustment shall be made. The cement of approved make as aforesaid
in 50 kg bag bearing manufacturer‟s name and ISI marking, along with manufacturers test
certificate for each lot shall be procured by the contractor. It shall be noted that, if the
contractor uses higher grade of cement, nothing extra shall be paid.

a) IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended upto
date) shall be followed in regard to Concrete Mix Portion and its production as
under:
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
95

i. The concrete mix design shall be done as “Design Mix Concrete” as prescribed
in clause-9 of IS 456 mentioned above.
ii. Concrete shall be manufactured in accordance with clause 10 of above
mentioned IS:456 covering quality assurance measures both technical and
organizational, which shall also necessarily require a qualified Concrete
Technologist to be available during manufacture of concrete for certification of
quality of concrete.

b) Minimum M30 grade of RMC/BMC concrete shall be used in all structural


elements of RCC, both in load bearing and framed structure.
c) While using OPC for structural concrete work, no further admixing of fly ash shall
be permitted, unless otherwise specified in the item.

7.2 The Supply of cement shall be taken in 50Kg bags bearing manufacturer‟s name, batch No. and
ISI marking, samples of cement shall be taken by the Engineer-in-Charge or his authorized officer
in the presence of the contractor or his authorized representative and got tested in accordance
with provisions of relevant BIS codes. In case test results indicate that the sample cement does not
conform to the relevant BIS codes, the same shall stand rejected and shall be removed from the
site of work by the contractor at his own risk and cost within a week‟s time of written order from
the Engineer-in-Charge to do so. and no payment what so ever may be paid to the contractor in
this regard.

7.3 The contractor shall supply free of charge the cement required for testing including its
Transportation to testing laboratories. The cost of tests shall be borne by the Contractor.

7.4 The cement shall be brought at site in bulk supply of approximately 50 tones or as decided
by the Engineer-in-Charge.

7.5 The cement godown of the capacity to store a minimum of 2000 bags of cement shall be
constructed by the contractor at site of work for which no extra payment shall be made.
7.6 Double lock provision shall be made to the door of the cement godown. The keys of one lock shall
remain with the Engineer-in-charge or his authorized representative and the keys of the other
lock shall remain with the contractor. The contractor shall be responsible for the watch and ward
and safety of the cement godown. The cement shall facilitate the inspection of the cement godown
by the Engineer-in-charge at any time.
7.7 The Cement shall be got tested by the Engineer-in-charge and shall be used on the work only after
satisfactory test results have been received. The contractor shall supply free of charge the cement
required for testing.
7.8 The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained as provided in clause 10 of the contract. The theoretical consumption of cement shall
be worked out as per procedure prescribed in clause 38 of the contract and shall be governed by
conditions laid there in. In case the cement consumption is less than theoretical consumption
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
96

including permissible variation, recovery at the rate so prescribed shall be made. In case of excess
consumption no adjustment need to be made.
7.9 The 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.

[Link] damaged cement shall be removed from the site immediately by the contractor on
receipt of a notice in writing from the Engineer-in-charge. If he does not do so within 3 days
of receipt of such notice, the Engineer-in-charge shall get it removed at the cost of the contractor.

8.0 STEEL REINFORCEMENT:

8.1 The contractor shall procure IS marked TMT bars of various grades from the steel
Manufacturessuch as SAIL, TATA, RINL, JSPL,JSW Orany other Manufacturers approved by
[Link](SR), CPWD, Chennai from time to time. Only corrosion resistant steel rebars shall be
used.
8.2 For reinforced cement concrete or pre-stressed concrete works, the reinforcement bars shall
consist of the following grades conforming to IS:1786 : 2008 (Indian Standard specification for
high strength deformed steel bars and wires for concrete reinforcement): Fe 415, Fe 415D, Fe
415S, Fe 500D, Fe 500S and Fe 550D.
8.3 The contractor shall obtain manufacture‟s certificate stating the process of manufacture,
chemical composition and test sheet giving result of each mechanical test applicable to the
material purchased and submit it to the Engineer in charge. Each test certificate shall indicate
the number of the cast to which it applies, corresponding to the number or identification mark
to be found on the material.
8.4 The Engineer in charge or his authorized officer shall get each consignment tested for both
chemical composition and physical properties (including bend and re-bend test) as specified in
IS:1786 from NABL accredited laboratory or any Governemnt Laboratory.

8.5 Samples shall also be taken and got tested by the Engineer-in-Charge as per the
provisions in this regard in relevant BIS codes. In case the test results indicate that sample of
steel does not conform to BIS codes, the same shall stand rejected and shall be removed from
the site of work by the contractor at his own risk and cost within a week‟s time from
written orders from the Engineer-in-Charge to do so and no payment whatsoever in this
regard shall be made by the Department.
8.6 The steel reinforcement shall be brought to the site in bulk from manufacturers along with test
certificate of each lot supply of 10 tonnes or more or as decided by the Engineer-in-Charge.
8.7 The steel reinforcement shall be stored by the contractor at site of work in such a way as to
prevent distortion & corrosion and nothing extra shall be paid on this account. Bars of different
sizes and lengths shall be stored separately to facilitate easy counting and checking.
8.8 For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen
Ofsufficient length shall be cut from each size of the bar at random at frequency not less than that
specified below.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
97

Size of bar For consignment below For consignment


100 tonnes over 100 tonnes
Under 10 mm. dia one sample for each one sample for each
Consignment of 25 consignment of 40
tones or part thereof tones or part thereof

10mm to 16 mm. dia one sample for each One sample for each
Consignment of 35 consignment of 45
tones or part thereof tones or part thereof

Over 16 mm. dia one sample for each One sample for each
Consignment of 45 consignment of 50
tones or part thereof tones or part thereof
____________________________________________________________________________

8.9 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.

8.10 The actual issue and consumption of steel on work shall be regulated and proper accounts
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 need to be made.
8.11 The Steel brought to site and steel remaining unused shall not be removed from site without the
written permission of the Engineer – in – Charge.
[Link] contractor shall furnish to the department all the purchase invoices for cement and Steel for
every consignment.
8.13. The contractor should use factory made round type cover blocks for all RCC works to avoid
displacement of bars in any directions and to ensure proper cover.

9. TOOLS AND PLANTS.


The necessary T&P shall be deployed by the contractor as required to facilitate and ensure the
work to be completed smoothly within the stipulated scheduled time.

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


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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
98

Before start of RCC work concrete Mix Design shall be got done by the contractor from a NABL
accredited laboratory/ IIT/ NIT/JNTU laboratory with the approval of Engineer-in-Charge. The
RCC Work shall be carried out as per the Mix Design approved by the [Link]
concreting shall be done until the mix design is approved.

GENERAL:-

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

INGREDIENT
i) Coarse Aggregate: - As per CPWD Specifications
Fine Aggregate: - As per CPWD Specifications.
Water: - As per requirements laid down in IS 456-2000 and CPWD specifications.
Cement: Cement arranged by the contractor will be OPC (in bags) conforming to
IS: 8112.

ii) Admixture: - Type of Admixture shall be got approved from Engineer-in-Charge.


Admixtures of approved quality shall be mixed with concrete to achieve the desired
workability within specified water cement ratio. The admixture shall conform to IS: 9103.
The chloride content in the admixture shall satisfy the requirement of BS: 5075. The total
amount of chlorides in the admixture mixed concrete shall also satisfy the requirements
of IS : 456-2000

iii) The contractor shallnot bepaid anything extra for admixture required for achieving
desired workability without any change in specified water cement ratio for RCC / CC
work.

iv) Grade of concrete:- The characteristic compressive strength of various grades of


Concrete shall be given as below:-

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
99

Specified
Compressive
Grade characteristic
strength on Minimum Maximum
Sl. compressive
Designatio 15cm cubes cement content water cement
No strength at
n min 7 days * (Kg per cum) ratio
28 days
( N/mm2)
(N/mm2)
As per mix
(i) M-25 25 330 0.50
Design
As per mix
(ii) M-30 30 350 0.45
Design
As per mix
(iii) M-10 10 220 0.60
Design

The Concrete mix will be designed for minimum workability as specified in para 7 of IS–456-2000
v) WORKABILITY OF CONCRETE (UNLESS OTHERWISE SPECIFIED ELSEWHERE OR
AS DECIDED BY ENGINEER IN CHARGE.

Degree of Slump
Placing Conditions
Workability (mm)

(1) (2) (3)


Lightly reinforced sections in Low 25-75
slabs, beams, walls, columns
Heavily reinforced section in slabs, Medium 50-100
beams, walls, columns.
Pumped concrete Medium 75-100

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

vii) In thedesignation of concretemix letterM refers to the mix and the number to the
specified characteristic compressive strength of 15 cm – Cube at 28 days expressed in
N/mm2.

viii) The concrete design mix with or without admixture will be carried out by the
Contractor and got tested by any reputed approved NABL accredited
laboratory/ university as per direction of Engineer-In-Charge.

For such approval various ingredients for mix design as submitted by contractor shall be sent to the
lab/ test houses through the Engineer-In-Charge of the project and got it tested in approved
laboratories as may be decided by the Engineer-in-charge. Sample aggregate sent shall be preserved at
site by the department. For each different set of coarse aggregates & Fine aggregates, fresh design shall

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
100

be done and got approved by the Department. The admixture if used by contractor shall be at his own
cost without any extra payment.
x) * Note:The Cement content means ordinary Portland cement of 43 grade.

xi) In case of change of source or characteristic properties of the ingredients used in the
concrete mix during the work, a revised laboratory mix design report conducted in
approved Lab. by Engineer-In- Charge shall be submitted by the contractor as per the
direction of the Engineer in charge.

xii) In case of failure of batching plant and site conditions warrants for smooth progress of
work, RMC of suitable design mix may be allowed with the written permission of
Engineer-in-charge, and with no claim of extra cost from the contractor.
11 APPROVAL OF DESIGN MIX

(i) The mix design for a specified grade of concrete shall be done for a target
mean compressive strength Tck = Fck + 1.65s
Where Fck = Characteristic Compressive Strength at 28 dayss =
Standard deviation which depends on degree of quality control.

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

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

12. CHARGES FOR DESIGN MIX

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

[Link] MIX CONCRETE FROM FULLY AUTOMATIC COMPUTERISED CONCRETE


BATCHING AND MIXING PLANT

13.1 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.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
101

a. 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.

b. In case of site batched design mix cement concrete plant is installed, the capacity of batching and
mixing plant is shall be 30 cum/hour with minimum 2 Nos. of Transit mixer and concreting
pump alongwith other necessary equipments required for doing concrete work without any
hindrance.

13.4. The Engineer-in-charge will reserve right to inspect at any such stage and reject the concrete if
heis 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/BMC.
(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.
13.5 For exercising such control, the Engineer-in-charge shall periodically depute his authorized
representative at the RMC/BMC 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/BMC plant.
13.6 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.
13.7 All required relevant records of RMC/BMC shall be made available to the Engineer-in-charge or
his authorized representative. The E-in-C shall, as required, specify guidelines & additional
procedures for quality control & other parameters in respect of materials and production &
transportation of concrete mix, which shall be binding on the contractor & the RMC plant.

(i) Proportioning Concrete


In proportioning cement concrete, the quantity of both cement and aggregates shall be
determined by weight. The cement shall be weighed separately from the aggregates. Water
shall either be measured by volume in calibrated tanks or weighed. All measuring
equipment shall be maintained in a clean and serviceable condition. The amount of mixing
water shall be adjusted to compensate for moisture content in both coarse and fine

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
102

aggregates. The moisture content of aggregates shall be determined in accordance with IS:
2386 (Part III). Suitable adjustments shall also be made in the weights of aggregates to allow
for the variation in weight of aggregates due to variation in moisture content.

14 Production of Concrete
The concrete shall be RMC/BMCproduced 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 theadmixture andshall also be
capable of discharging water in more than one stage. A print out from the batching plant for
every lot shall be submitted. A batching plant essentially shall consist of the following
components: Separate storage bins for different sizes of aggregates, silo for cement; and
water storage tank.

Batching equipment Mixers Control panels Mechanical material feeding and elevating
arrangements

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

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

The batching equipment shall be capable of determining and controlling the


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

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


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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
103

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


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

i. Mixing Concrete
The mixer in the batching plant shall be so arranged that mixing action in the mixers can
be observed from the operator‟s station. The mixer shall be equipped with a mechanically
or electrically operated timing, signaling and metering device which will indicate and
assure completion of the required mixing period. The mixer shall have all other
components as specified in IS: 4925.
ii. Transportation, Placing and Compaction of Concrete.
a) Mixed concrete from the batching plant shall be transported to the point of placement by
transit mixers or through concrete pumps or steel closed bottom buckets capable of carrying 6
cum concrete. In case the concrete is proposed to be transported by transit mixer, the mixer
speed shall not be less than 4 rev/ min. of the drum nor greater than a speed resulting in a
peripheral velocity of the drum as 70 m / minute at its largest diameter. The agitating speed of
the agitator shall be not less than 2 rev / min. nor more than 6 rev / min. of the drum. The
number of revolutions of the mixing drum or blades at mixing speed shall be between 70 to
100 revolutions for a uniform mix, after all ingredients, have been charged into the drum.
Unless tempering water is added, all rotation after 100 revolutions shall be at agitating speed
of 2 to 6 rev / min. and the number of such rotations shall not exceed 250. The general
construction oftransit mixer and other requirements shall conform toIS: 5892.

b) In case concrete is to be transported by pumping, the conduit shall be primed by pumping a


batch of mortar / thick cement slurry through the line to lubricate it. Once the pumping is
started, it shall not be interrupted (if at all possible) as concrete standing idle in the line is liable
to cause a plug. The operator shall ensure that some concrete is always there in the pump-
receiving hopper during operation. The lines shall always be maintained clean and shall be
free of dents.

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

iiiPREPARATION OF MIXES AS PER APPROVED DESIGN MIX AND


CONDUCTINGCONFIRMATORY TEST AT FIELD LAB.
a) The contractor shall make the cubes of trial mixes as per approved Mix design at site
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
104

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

15 WORK STRENGTH TEST


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

16 TEST RESULTS OF SAMPLE


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

17 STANDARD FOR ACCEPTANCE


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

18 Ultrasonic Pulse Velocity Method of Test for RCC


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

(ii) The quality of concrete in terms of uniformity, incidence or absence of internal flaws,
cracks and segregation etc. indicative of the level of workmanship employed, can thus be

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
105

assessed using the guidance given in table below, which have been evolved for
characterizing the quality concrete in structure in term of the ultrasonic pulse velocity.

Velocity criterion for Concrete Quality Grading.


Sl. No. Pulse velocity by Cross Concrete Quality Grading
Probing
1 Above 4.5
(km/se Excellent

2 c) to 3.5
4.5 Good

3 3.5 to 3.0 Medium

4 Below 3.0 Doubtful

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

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

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

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

19 MEASUREMENT
As per CPWD specifications.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
106

20 TOLERANCES
As per CPWD specifications

21 RATE :-
i) The rate includes the cost of materials and labour involved in all the operations
described above except for the cost of centering, shuttering and reinforcement, which will
be paid for separately.

ii) In case of actual average compressive , strength being less than specified strength
which shall be governed by Para „ Standard of Acceptance” as above the rate payable
shall be worked out accordingly on the basis of analysis.

iii) In case ofrejection of concrete on account of unacceptable compressive strength, governed by


Para „Standard of Acceptance‟ as above, the work for which samples have failed shall be
redone at the cost of contractors. However, the Engineer in charge may order for additional
tests (like cutting cores, ultrasonic pulse velocity test, load test on structure or part of
structure etc) to be carried out at the cost of contractor to ascertain if the portion of structure
wherein concrete represented by the sample has been used, can be retained on the basis of
results of individual or combination of these tests. The contractor shall take remedial
measures necessary to retain the structure as approved by the Engineer in charge 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 Para 5.4.13 of CPWD specification 2019,Vol.-I.

iv) As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 12
to 20mm or as required, lower than general floors shuttering should be adjusted accordingly.
The landing level of mumty / Staircase cabin shall be Kept one riser level higher than
adjoining slab level so as to accommodate water proofing treatment over terrace slab. In
case of kitchen slab the portion of floor trap below kitchen platform be kept at lower level as
per drawings. Nothing extra is payable on this account.

v) For the execution of centering and shuttering, the contractor shall use propriety “Reebole”
chemical mould release agent of FOSROC or equivalent as shuttering oil as approved by
Engineer-in-charge and nothing extra shall be paid on this account.

22 COVER/SPACER BLOCK
The contractor shall provide approved type of support for maintaining the bars in position
and ensuring required spacing and correct cover of concrete to reinforcement as called for in
the drawings, spacer blocks of required shape and size. Chairs and spacer bars shall be used
in order to ensure accurate positioning of reinforcement. Spacer blocks shall be cast well in
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
107

advance with approved proprietary pre-packed free flowing mortars of high early strength
and same colour as surrounding concrete,Pre-cast cement mortar/concrete blocks/ blocks of
polymer shall not be used as spacer blocks unless specially approved by the Engineer-in-
charge, rate of RCC items is inclusive of cost of such cover blocks.

23 ALUMINIUM WORK
Two years guarantee bond in prescribed proforma (Annexure-V) attached herewith shall be
submitted by the contractor which shall also be signed by both the specialized agency and the
contractor to meet their liability/liabilities under the guarantee bond. However, the sole
responsibility of above efficiency of Aluminum Work shall rest with the building contractor. An
amount of 5% of the value of aluminium work shall be recovered from Running account / Final
bills as additional security and for defects of aluminium work.
i. The material for the work shall be procured from the approved manufacturer as per the list
attached with the tender documents. The Contractor shall procure and submit samples of
various materials to be used in the work for the approval of Engineer-in-Charge and no work
shall commence before such samples are approved. Samples of un-anodized as well as polyester
powder coated aluminum sections, microwave cured EPDM gaskets, glass, stainless steel screws,
anchor fasteners, hardware and any other material or components requiring approval of
samples, in opinion of Engineer-in-Charge, shall be submitted for the approval as mentioned
above. The above samples shall be retained as standards of materials and workmanship.
ii. The Contractor shall prepare the shop drawings for the aluminum windows giving details of the
various aluminum sections, microwave cured EPDM gaskets, cleats, anchor fasteners, hardware,
sealants, glass etc. and submit the same for the approval of Engineer-in-Charge.

iii. Only after the approval of the samples and the shop drawings by the Engineer-in-Charge, the
Contractor shall procure the material for the work. All materials brought to the site by the
Contractor, for use in the work, as well as fabricated components shall be subject to inspection
and approval by Engineer-in-Charge. The Contractor shall produce manufacturer‟s test
certificates for any material or particular batch of materials supplied by him.
iv. The Contractor shall prepare a finished sample of the aluminum window along with glazing panel
and fittings etc. for approval of workmanship and material. Nothing extra shall be payable on
this account.
v. Aluminum sections to be used for various works shall be appropriate to meet technical, structural,
functional and aesthetic considerations. The polyester powder coating shall be carried out in an
approved factory / workshop as specified in the tender documents.

vi. Fabrication
All joints shall be accurately fabricated and be hairline in appearance. The finished surface shall be
free from visible defects. All the aluminum windows/ ventilators /doors shall be factory made
and shall be brought to site for assembly and fixing.

All hardware used shall conform to the relevant specifications and as per samples approved by
the Engineer- in-Charge. Design, quality, type, number and fixing of hardware shall be
generally in accordance with architectural drawings and as approved by the Engineer-in-Charge
before use.

All doors, windows, ventilators and glazing etc. shall be made water tight with microwave cured
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
108

EPDM gaskets and weather silicone sealants to the satisfaction of the Engineer-in-Charge, for
which nothing extra shall be payable.

The frames shall be strictly as per Architectural drawings, the corners of the frame being fabricated
to the true right angles. Both the fixed frames and openable shutter frames shall be fabricated out
of sections cut to required length, mitered and mechanically jointed for satisfactory performance.
All members shall be accurately machine milled and fitted to form hairline joints. The jointing
accessories such as aluminum cleats, stainless steel screws etc. shall not to cause any bi-metallic
reaction by providing separators, wherever required.6.5 Vertical members of the aluminium frame
work shall be embedded in the floors, wherever required, by cutting and making good of the floor.

24 FIXING OF ALUMINIUM FRAME WORK


The screws used for fixing fixed aluminium frames of the aluminium windows to masonry walls /
RCC members and aluminium members to other aluminium members shall be of stainless steel of
approved make and quality and of stainless steel grade 304. Threads of machine screws used shall
conform to requirement of I.S. 4218.
For the aluminium windows, the gap between the aluminium frames and the R.C.C / Masonry
and also any gaps in the various sections shall be filled with weather silicone sealant DC 795 of
Dow Corning or equivalent in the required bite size, to ensure water tightness including providing
and fixing backer rod , wherever required. The weather silicone sealant shall be of such approved
colour and composition that it would not stain or streak the masonry / R.C.C. work. It should not
sag or flow and shall not set hard or dry out under any conditions of weather and shall be tooled
properly. The weather silicone sealant shall be used as per the manufacturer‟s specifications and
shall be of approved colour and shade. Any excess sealant shall be removed / cleared. Nothing
extra shall be payable for the above.

Fixing of glass panes shall be designed in such a way that replacing damaged / broken glass panes
is easily possible without having to remove or damage any members or interior finishing
materials.
Stainless steel adjustable heavy duty friction hinges and the aluminium handles for the open able
side hung windows shall be of "Earl Bihari” Ebco, make or equivalent as approved by the Engineer-
in-Charge. 2 nos. friction hinges shall be provided per shutter.

25 PROTECTIONS AND CLEANING:


All glass panes shall be retained within aluminium framing by use of exterior grade microwave
cured EPDM gaskets. Use of glazing or caulking compounds around the perimeter of glass will not
be permitted. There shall be no whistling or rattling. Before installation of glass, Contractor shall
ensure the following:

All glazing rebates shall be square, to plumb, true to plane, dry and free from dust.
Glass edge shall be clean and cut to exact size and grounded Low „E‟ – Heat strengthened glass of
specified thickness in doors, windows, ventilators and fixed glazing etc. shall be of approved make
and standard quality conforming to C.P.W.D. Specifications.

3 mm thick glass panes shall be provided for openings not exceeding 0.5 sqm. For openings
exceeding 0.5 sqm in area, 5.0 mm thick glass panes shall be provided unless specified otherwise.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
109

ENVIRONMENT MANAGEMENT
1. AIR QUALITY
1.1 The Contractor shall take all necessary precautions to minimize fugitive dust emissions from
operations involving excavation, grading, and clearing of land and disposal of waste. He shall
not allow emissions of fugitive dust from any transport, handling, construction or storage
activity to remain visible in atmosphere beyond the property line of emission source for any
prolonged period of time without notification to the Engineer-in-Charge.

1.2. The Contractor shall use construction equipment designed and equipped to minimize or control
air pollution.

1.3. If after commencement of construction activity, Engineer-in-Charge believes that the


Contractor's equipment or methods of working are causing unacceptable air pollution impacts
then these shall be inspected and remedial proposals shall be drawn up by the Contractor,
submitted for review to the Engineer-in-Charge and implemented.

1.4. In developing these remedial measures, the Contractor shall inspect and review all dust sources
that may be contributing to air pollution. Remedial measures include use of additional/
alternative equipment by the Contractor or maintenance/modification of existing equipment of
the Contractor.

1.5. In the event that approved remedial measures are not being implemented and serious impacts
persist, the Engineer-in-Charge may direct the Contractor to suspend work until the measures
are implemented as required under the Contract.

1.6. Contractor's transport vehicles and other equipment shall conform to emission standards fixed
by Statutory Agencies of Government of India or the State Government from time to time. The
Contractor shall carry out periodical checks and undertake remedial measures including
replacement, if required, so as to operate within permissible norms.

1.7. The Contractor shall establish and maintain records of routine maintenance program for
internal combustion engine powered vehicles and equipment used on this project.

1.8. The Contractor shall cover loads of dust generating materials like debris and soil being
transported from construction sites. All trucks carrying loose material should be covered and
loaded with sufficient free-board to avoid spills through the tail board or side boards

1.9. The Contractor shall promptly transport all excavation disposal materials of whatever kind so
as not to delay work on the project. Stockpiling of materials will only be allowed at sites
designated by the Engineer-in-Charge. The Contractor shall place excavation materials in the
dumping/disposal areas designated by Engineer-in-Charge.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
110

1.10. The temporary dumping areas shall be maintained by the Contractor at all times until the
excavate is re-utilized for backfilling or as directed by Engineer-in-Charge. Dust control
activities shall continue even during any work stoppage.

1.11 The contractor shall place material in a manner that will minimize dust production.
Material shall be minimized each day and wetted, to minimize dust production. During dry
weather, dust control methods must be used daily especially on windy, dry days to prevent
any dust from blowing across the site perimeter.

1.12. The Contractor shall water down construction sites as required to suppress dust, during
handling of excavation soil or debris or during demolition. The Contractor will make water
sprinklers, water supply and water delivering equipment available at any time that it is
required for dust control use. Dust screens will be used, as feasible when additional dust control
measures are needed specially where the work is near sensitive receptors.

1.13 The Contractor shall provide a wash pit or a wheel washing and/or vehicle cleaning facility at
the exits from work sites. At such facility, high-pressure water jets will be directed at the
wheels of vehicles to remove all spoil and dirt.

2. WATER QUALITY
2.1 The Contractor shall comply with the Indian Government legislation and other State regulations
in existence so far as they relate to water pollution control and monitoring. A drainage system
should be constructed at the commencement of the Works, to drain off all surface water from
the work site into suitable drain outlet.

2.2. The Contractor shall provide adequate precautions to ensure that no spoil or debris of any kind
is pushed, washed, falls or deposited on land adjacent to the site perimeter including public
roads or existing stream courses and drains within or adjacent to the site. In the event of any
spoil or debris from construction works being deposited or any silt washed down to any area,
then all such spoil, debris or material and silt shall be immediately removed and the affected
land and areas restored to their natural state by the Contractor to the satisfaction of the
Engineer-in-Charge.

2.3. The Contractor shall ensure that earth, bentonite, chemicals and concrete agitator washings etc.
are not deposited in the watercourses but are suitably collected and residue disposed off in a
manner approved by local authorities.

2.4. All water and waste products (surface runoff and wastewater) arising on the site shall be
collected and removed from the site via a suitable and properly designed temporary drainage
system and disposed off at a location and in a manner that will cause neither pollution nor
nuisance.

2.5. Any mud slurry from drilling, diaphragm wall construction or grouting etc. shall not be
discharged into the drainage system unless treatment is carried out that will remove silt, mud

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
111

particles, bentonite etc. The Contractor shall provide treatment facilities as necessary to prevent
the discharge of contaminated ground water.

2.6. The Contractor shall discharge wastewater arising out of site office, canteen or toilet facilities
constructed by him into sewers after obtaining prior approval of Engineer-in-Charge. A
wastewater drainage system shall be provided to drain wastewater into the sewerage system.

2.7. The bentonite mixing, treatment and handling system shall be established by the contractor
giving due regard to its environmental impacts. The disposal of redundant bentonite shall be
carefully considered whether in bulk or liquid form. The disposal location will be advised and
agreed with the relevant authorities.

2.8. The Contractor shall take measures to prevent discharge of oil and grease during spillage from
reaching drainage system or any water body. Oil removal / interceptors shall be provided to
treat oil waste from workshop areas etc.

2.9. The Contractor shall apply to the appropriate authority for installing bore wells for water
supply at site.

3. WASTE MANAGEMENT
3.1. The contractor is required to develop, institute and maintain a Waste Management Programme
(WMP) during the construction of the project for his works, which may include:-
i) Identification of disposal sites.
ii) Identification of quantities to be excavated and disposed off.
iii) Identification of split between waste and inert material
iv) Identification of amounts intended to be stored temporarily on site location of Such
storage.
v) Identification of intended transport means and route.
vi) Obtaining permission, where required, for disposal.

3.2. Such a mechanism is intended to ensure that the designation of areas for the segregation and
temporary storage of reusable and recyclable materials are incorporate into the WMP. The
WMP should be prepared and submitted to the Engineer-in-Charge for approval.

3.3. The Contractor shall handle waste in a manner that ensures they are held securely without loss
or leakage thus minimizing potential for pollution. The Contractor shall maintain and clean
waste storage areas regularly.

3.4. The Contractor shall remove waste in a timely manner and dispose off at landfill sites after
obtaining approval of Conservancy and Sanitation Engineering Department of Municipal
Corporation for its disposal.

3.5. Burning of wastes is prohibited. The Contractor shall not burn debris or vegetation or
construction waste on the site but remove it.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
112

3.6. The Contractor shall make arrangement to dispose of metal scrap and other saleable waste to
authorized dealer and make available to the Engineer-in-Charge on request, records of such
sales.

[Link] WASTE MANAGEMENT


4.1. If encountered or generated as a result of Contractor's activity, then waste classified as
hazardous under the "Hazardous Wastes (Management & Handling) Rules, 1989, amendments
2000, 2003" shall be disposed off in a manner in compliance with the procedure given in the
rules under the aforesaid act.
4.2. Chemicals classified as hazardous chemicals under "Manufacture, Storage and Import of
Hazardous Chemical Rules, 1989 of Environment (Protection) Act, 1986 shall be disposed off in
a manner in, compliance with the procedure given in the rules under the aforesaid act.
4.3. The contractor shall identify the nature and quantity of hazardous waste generated as a result of
his activities and shall file a 'Request for Authorisation' with A.P Pollution Control Committee
along with a map showing the location of storage area.
4.4. Outside the storage area, the contractor shall place a 'display board', which will display
quantity and nature of hazardous waste, on date. Hazardous Waste needs to be stored in a
secure place.
4.5. It shall be the responsibility of the contractor to ensure that hazardous wastes are stored, based
on the composition, in a manner suitable for handling, storage and transport. The labeling and
packaging is required to be easily visible and be able to withstand physical conditions and
climatic factors.
4.6. The contractor shall approach only Authorized Recycler of Hazardous Waste for disposal of
Hazardous Waste, under intimation to the Engineer-in-Charge
4.7. Submittal of all environment related documents and records pertaining to monitoring and trend
analysis on key parameters such as but not limited to consumption/efficient use of resources
such as energy, water, material such as cement, fly ash, iron and steel, recycle/reuse of waste
etc that shall have demonstrated continual improvement in the implementation of
Environmental management System. Failure to do so the employer shall impose appropriate
penalty as indicated under penalty clause.

5ENERGY MANAGEMENT.

5.1. The contractor shall use and maintain equipment so as to conserve energy and shall be able to
produce demonstrable evidence of the same upon of Engineer-in-Charge request.
5.2. Measures to conserve energy include but not limited to the following:
i) Use of energy efficient motors and pumps.
ii) Use of energy efficient lighting, which uses energy efficient luminaries.
iii) Adequate and uniform illumination level at construction sites suitable for the task.
iv) Proper size and length of cables and wires to match the rating of equipment.
v) Use of energy efficient air conditioners.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
113

PREFERRED MAKE OF MATERIALS


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

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

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

List of Approved materials for (Civil)


Sl. Material
Material Description
No. Brand Makes *
A B Dinesh A B Dinesh
Areocon HIL
Bilt Bilt
Ecorex Ecorex
Fastbuilt Fastbuilt
Kncrete Koncrete
NCL NCL VEKA Ltd.
1 AAC Blocks
Nucon Green Way building materials
India Pvt. Ltd.
Renacon Renaatus Procon Pvt. Ltd.
Ultratech “XTRALITE” M/s. Ultratech Cements Ltd.
Siporex SIPOREX
Xtralite Ultra Tech Cement Ltd

Anutone Anutone Acoustics Ltd.


2 Acoustic Insulation
Himalyan Accoustics Himalyan Accoustics
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
114

Kanuf Knauf Gypsum India Pvt. Ltd.


Lloyd Insulation Lloyd Insulation (India) Ltd.
Saint Gobain Gyproc Saint Gobain Gyproc India
Twingerinsul U.P. Twiga fiber glass ltd.
Ardex endure Ardex endure
Bitumat Co Ltd Bitumat Co Ltd
Actativ polypropylene
Ferrous crete Ferrous Crete ( India ) Pvt Ltd
3 (APP) Modified water
Hydrotech ltd Hydrotech ltd
proof membrane
Pidilite Pidilite industries
STP Shalimar tar products
Asian Tractor Premium Asian paint
emulsion
4 Acrylic emulsion Berger (BISM) Berger Paints
Dulux (Super Cover) ICI Dulux
Nerolac (Beauty Gold) Nerolac
Apex (ACE) Asian Paints
Berger Berger
Acrylic smooth exterior
5 Dulux ICI duLux
paint
Nerolac Nerolac
Nippon Nippon
SURFA M/[Link] Coats (India) Pvt. Ltd.,
6 Acrylic Distemperm
Bangalore.
Apex Duracast Asian Paints
Asian paints Asian Paints
7 Acrylic textured plaster Heritage Heritage Rajkamal Group
Nerolac Nerolac
Spectrum paints Spectrum paints Ltd.
Akzonobel Akzonobel
Asian paints Asian paints
8 Acrylic exterior Texture Berger Berger paints India ltd
Ebco Ebco
Nerolac Nerolac paints Ltd.
Asian Paints Asian Paints
CICO CICO Industries
Dunlop India Tyre & Rubber Co (India)
9 Adhesive
Ltd.
Finical Pidilite Industries
Proofex of Adhesive FOSROC India

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
115

Sika Sika India Pvt. Ltd


Vamorganic Vamorqanic Ltd.
Ardex Endura/Gold star Ardex Endura
Adhesive for AAC Ferrous Crete Ferrous Crete ( India ) Pvt Ltd
10
Block/Tiles Tile Adhesive Plus Berger Paints
Ultra tech Ultra tech cement ltd
Cool grills Cool grills, Pune
11 Air transfer grills
Systemair India Systemair India Pvt Ltd.
Kartar Kartar valves private Ltd.
12 Air release valve Kirloskar Kirloskar brothers Ltd.,
RBM AFS Ltd
Bhoruka Bhoruka Aluminium Ltd.,
Hindalco Hindalco Industries Ltd..
Aluminium Hydro Hydro Extrusion
13 doors/windows INDAL Indian Aluminium Ltd.,
sections Jindal Jindal Aluminium Ltd ,
Omalco Extrusion Omalco Extrusion Pvt Ltd.
Padmavati Exrusion Padmavath Extrusion Private Ltd.
Bhoruka Bhoruka Aluminium Ltd.,
Define Define Overseas Pvt. Ltd.
Aluminium system/ Everite Everite Agencies
Anodised Aluninium Hardima Hardima sales corporation
14
fittings for Jyothi Jyothi industries
doors/windows Kawneer Kawnear India
Schueco Schueco India Pvt. Ltd.,
Sigma Sigma Corporation
Alpolic Alpolic
Alstone Alstone
Alstrong Alstrong
Alex panel M/s Alex Panels
Aluminium composite Alucobond 3A composites India Pvt Ltd.
15
panels Aludecor M/S Aludecor lamination Pvt ltd.
Eurobond M/S Euro panel products Pvt ltd.
Eurobond Eurobond pvt Ltd.
Hynadecor Hynadecor
Reynobond Reynobond
16 Aluminium framework MFE (MIVAN) (MIVAN)

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
116

MFS MFS
S-form S-form
Anchor Anchor Ltd.
BOSCH BOSCH Ltd.
Canon Canon
Anchor/ SS Stone Fischer Fischer India
17 Cladding Clamps/ Helfen Helfen Gmbh
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
18 Anti corrosive bit mastic
Bituminous black Asian Paints
paint
Shalimar Shalimar paints India Ltd.
Alu Alpha Alu Alpha India
Dorma Dorma India Pvt. Ltd.
Butt Hinges openable Dorset Dorset Industries Pvt. Ltd.
19
window shutters Earit Bihari Earit Bihari India Pvt. Ltd.
Hafela Hafele India Pvt. Ltd.
Helix Helix India
AMITEX AMITEX Enterprises, Delhi.
Eco green Flooring Jupiter Traders Bangalore.
Epitome Bamboo wood Mutha Industries Pvt.,Ltd.,
Products Mumbai.
Bamboo Wood Flooring
20 Floor India Flooring India Company, Panipat,
and wall paneling.
Haryana.
FLOSTO Tanks Devi Polymer Pvt.,Ltd., Chennai.
VIVANTA VIVANTA Enterprises, Mumbai.

Ambuja Cement Ambuja Cements Ltd.


ACC ACC Cements Ltd
Bharathi Bharathi Cement Corporation Ltd.
Cement Birla Birla Corporation Ltd
21
OPC / PPC Century Cement Birla Gold Cement
Chettinad Chettinad Cements Corporation
Ltd
Coromandal India Cements Ltd.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
117

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 Ramco
Shree Cement Shree Cement
Ultra Tech Ultra Tech Cement Ltd
Zuari Zuari Cement Limited
Nagarjuna Cement M/s. NCL Industries Ltd,
Secunderabad.
SAGAR CEMENTS M/[Link] Cements Limited,
Hyderabad.
NU VISTA / INFRACEM M/s. NU VISTA Ltd., (Formerly
M/s. Emami Cements Limited),
Bhubaneswar.

Dazzle Dazzle Designer tiles Pvt Ltd


Eurocon Eurocon tiles india
Hindustan tiles Hindustan tiles, Ranchi Pune
NTC NTC Parking tiles
Cement Concrete
22 NITCO NITCO Ltd
Parking Tiles
Poddar Poddar Udyog
Ultra Ultra tile private Ltd
CEMTECH M/s. Cemtech Tiles, Uppal,
Hyderabad.
Altek NCL Alltek & seccold Ltd.
Ardex Endura Ardex Endura India Pvt. Ltd.
Asian paints Asian paints Ltd
Cement based wall
23 Berger Berger
putty
Birla Wall Care Birla Cements Ltd.,
Ferrous Crete Ferrous Crete (India) Pvt. Ltd
J.K wall putty J.K. Cement Ltd
Bison Bison Group
24 Cement Board
Everest Everest Techno polis
Asian paints Asian Paints
25 Cement Primer
Berger Berger paints India Ltd.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
118

JK Primaxx JK Cement Ltd


Kapilansh Kapilansh Dhattu Udyog (P) Ltd.
NECO Jayaswal NECO Ltd.
Centrifugal Hubless Raj (RPMF) Raj Pattern Makers and Founders
26 Cast Iron Pipe & Pvt.,Ltd.
Fittings SKF Singhaliorn Foundary Pvt.,Ltd.
BIC M/s. Bengal Iron Corporation,
Kolkata.
Electrosteel Electrosteel castings Ltd.
Centrifugally (Spun) Jindal Jindal saw Ltd.
27
cast Iran Kesoram Kesoram Industries ltd.
Lanco / Sripipes Electrosteel castings Ltd.
Bengal Iron Corporation Bengal Iron Corporation
HEPCO HEPCO
Kapilash Kapilash Dhatu Udyog (P) Ltd.
Centrifugally Caste
28 Neco Jayaswal Neco Ltd
(Spun) Iron Soil Pipe
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
29 shield PW
proofing system
MC- Bauchemie MC- Bauchemie India Ltd.
Perma construction Aid Perma construction Aid Pvt Ltd
Sika Sika India
Smart Care Asian Paints Ltd.
Sunanda speciality coating Sunanda speciality coating Pvt Ltd.
DURSBANTCT DE-NOCIL Ltd.
HILBAN Hindustan Insecticides Ltd.
NOBAN Chemtts Wets & Flows Pvt. Ltd
30 Chloropyriphos PIRAMID AMVAC AGRI RASAYAN Pvt.
Ltd.
Premise Agenda Bayer Ltd.
Sarups Pest Control Sarups Pest Control Ltd.
CI double flange sluice BURN BURN
31
valve IVS Indian Valves Private Ltd.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
119

Kartar Kartar valves private Ltd. ,


Kirloskar Kirtoskar brothers Ltd. ,
Leader leader valves Ltd ,
RBM AF-S LL,
Zoloto Zoloto Industries
Fluidtech Fluidtech
CI double flangad non
32 Kirloskar Kirloskar Brothers Ltd.
raturn valve
Zoloto Zoloto Industries
BIC Bengal iron corporation
HEPCO HEPCO India
Neco Jayaswal Neco Ltd..
33 CI Manhole cover
RPMF M/s Raj Pattern Makers &
Founders Pvt. Ltd.
SKF SKF Industries
Fischer Fischer India
Clamp, Rebar, Chemical
34 Hilti Hilti India [Link].
fastener
Wurth Wuerth
CERA M/s Cera Sanitaryware Ltd.
ESS Bathsense & Royal Asian Paints Ltd.
Hindware HSIL Ltd.
Jaquar Jaquar Group
Johnson Prism Johnson Ltd.
35 [Link] Fittings
KEROVIT M/s Kajaria Ceramic Limited
Kingston Kingston Brass India Pvt., Ltd.
MARC MARC Sanitation [Link].
Parryware Parryware Sanitaryware

Ashirwad Ashirwad PVC Pipes


Astral Astral Polytechnik Ltd..
Birla Aerocon HIL Ltd.
Finolex Finolex Industries Ltd.
PRAYAG M/s. Prayag Polymers Pvt. Ltd.
36 CPVC pipes and fittings Flowgard Flowgard
Prince Prince Pipes and finttings Ltd,.
Supreme Supreme Industries Ltd.
Truflo HIS Ltd.
AKG M/s. AKG Extrusions Pvt. Ltd.
SENTINI M/s. Sentini Flopipes India Pvt.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
120

Ltd., Hyderabad.
Birla Hil Pipes M/s. Hil Ltd.
SUDHAKAR M/s. Sudhakar Irrigation Systems
Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Alu Alpha Alu Alpha India
Dorma Dorma India Pvt. Ltd.
37 Concealed tower bolt
Dorset Dorset Industries Pvt. Ltd.
Ingersolrand Ingersolrand (India) Ltd.
Crystal line water M/[Link] Buildmat Co. Pvt.
38 KRYTON
proofing compounds Ltd., Gurugram, Haryana.
M/s. Cemtech Tiles, Uppal,
39 CC Kerb Stone CEMTECH
Hyderabad.
ACCO Proof ACC Cements Ltd
Asian Paints smart care Asian Paints Ltd.
damp proof
BASF BASF India Ltd.
CICO CICO Industries
Dr. Fixit Pidilite Industries
Duraseal Apurva India Pvt. Ltd.
Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Fosroc Fosroc Chemicals India Pvt. Ltd.
40 Damp Proof material 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 Guard Berger Paints India Ltd.

Electro steel Electro steel


Jindal Jindal
41 DI Fittings Kapilansh Kapilansh
Keshoram Keshoram
Tata Ductura Tata Ductura
42 DI Pipes Electrosteel Electrosteel

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
121

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

Expansion Joint Dura Board HD100 Supreme Industries


49
Bitumen board DURAFILL Supreme Industries
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
122

STP Shalimar Tar Products


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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
123

Promat Promat Fire & Insulation (P) Ltd.


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

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

63 FRP Door Frames Ambieance Ambieance


Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
124

shutter Cactus Cactus


Duroplast Duroplast Extrusion pvt ltd.
Jain doors Pvt. Ltd. Jain doors Pvt. Ltd.
Jayna Jain wood industries
Meena fibre glass Meena fibre glass
Polyline Polyline
Earl Bihari Earl Bihari Pvt. Ltd.
64 Friction stay hinges
KINLONG Kinlong lndustriss
Everlast Composites Everlast Composites Pvt.,Ltd.
65 FRP covers Fibrocast Fibrocast FRP cover manufacturer
Thermodrain Poly products (I) Pvt.,Ltd.
Fibre Reinforced
Elastomeric Liquid M/s. Kryton Buildmat Co. Pvt.
66 KRYTON
Waterproofing Ltd., Gurugram, Haryana.
Membrane
FLUX – Polycarbonate M/s. DPI Day lighting Pvt. Ltd.,
67 DPI – FLUX
Panel Gurugram, Haryana.
Bhushan Bhushan steel
Galvolume sheet for Essar Essar Group
68 roofing, cladding, JSW JSW
sandwitch panel Llyod metal craft Llyod Insulation
Tata Blue Scope Tata Blue Scope
Jenco Jenco Group
69 Galvanising Karamtara Karamtara Engineering Pvt.,Ltd.
Steel lite Galvanized Steel Ltd.
HB HB Industries
ICS Sgree samarth Englnears
Surya Surya Roshni Ltd.
70 G I Pipe fittings
TATA TATA Steel Ltd.,
Unik Unik malleable
Zoloto Zoloto Industfiea
HISSAR HISSAR
Jindal Jindal Pipes Ltd.,

71 G.I. Pipes Surya Surya Roshni Ltd.


TATA TATA Steel Ltd.,
Zenith Zenith Birla (India) Ltd.

72 Glass door hardware Classic Classic Hardware


Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
125

Dorma Dorma India Pvt. Ltd.


Dorset Dorset Industries Pvt. Ltd.
Geze Geze GMBH
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
73 Glass mosaic tiles
JK White JK Cement ltd.
Mridul Mridut tiles
Paljadto Palladto Mosaics
PAVIT (Eco Tile) PAVIT Ceramics Pvt Ltd.
Aparna Vitero Tiles
AGL Asian Granite India Ltd.
CERA CERA Sanitaryware Ltd
Jonson Prism Jonson Ltd.
Kajaria Kajaria Ceramic Ltd.
NITCO NITCO Ltd.
Oasis M/s Oasis Vitrified [Link].
Glazed Ceramic tiles Orient Bell Orient Bell Ltd.
74
(Also wall tiles) RAK RAK Ceramic India Pvt. Ltd.
Somany Somany Ceramic Ltd.
Varmora Granito Varmora Granite Granite Pvt. Ltd.
Vitero Vitero Tiles Floor and Wall Tile
Manufactures India
Ultra Ultra Ltd.
NAVEEN M/s. Murudeshwar Ceramics Ltd.,
Bangaluru.
Ecovision Ecovision Industries Pvt ltd.
Mahesh GRC Mahesh Prefab Pvt Ltd.
75 GRC Jali & Tile
Terrafirma Terrafirma GRC Industries
Unistone Unistone Interiors Pvt.,Ltd.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
126

GRP/SMC Panel Tank AMITEX AMITEX Enterprises, Delhi.


(New product in the FLOSTO Tanks Devi Polymer Pvt., Ltd., Chennai.
76
market performance is PIPECO Tanks PIPECO Tanks
yet to be established) VIVANTA VIVANTA Enterprises, Mumbai.
Asian Paints - Smart casre Asian Paints Pvt. Ltd.
Ardex Ardex Endura Adhesive India Pvt.
Ltd.
BASF BASF India Ltd.
CICO CICO Industries
Dr. Fixit Pidilite Industries
Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Grout / Non shrink Fosroc GP2 FOSROC India
77
grout Fugabella, Porcelana Kerakoll India Pvt. Ltd.
Home shield super grout Berger Paints India Limited.
LATA POXY MYK LATICRETE India Pvt. LTd.
MYK Schomburg MYK Arments Range of products
SIKA Sika India [Link].
Weber Saint Gobain India Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Audco L&T Valves
Leader leader valves Ltd ,
78 Gun metal Valves
Sant Sant Valaves Pvt. Ltd.
Zoloto Zolota Industries
Armstrong Armstrong world Industries
Gyproc Saint Gobain Saint Gobain Gyprock India Ltd.
79 Gypsum Board
Lafarge Lafarge Gypsum India Pvt. Ltd.
USG Boral board USG Board India (P) Ltd.
Ferrous crete (Ferro-500, Ferrous crete manufacturers
Gypsum) Plaster)
80 Gypsum plaster Gyproc Saint Gobain (Elite The Saint-Gobain group
90)
Ultra tech Ultra Tech Cement Ltd.
ABC Ceramics ABC Ceramics
Endura Johnson India
Heat resistant tiles on Johnson Johnson India
81
terrace Somany Somany Ceramic Tiles
Swastik Swastik Tiles
Thermatek Thermatek
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
127

Armstrong Armstrong world industries Ltd.


High Desity (HDF)
82 Green ply Green Ply Industries Ltd.
Prelaminated board
Pergo Red Floor India
Allura/ Graniza range Asian paints
High end exterior Berger Berger paints India ltd
83
Texture
SKK Brand SKK Ltd
Dorma Dorma India Pvt. Ltd.
Dorset Dorset Industries Pvt. Ltd.
Hydraulic door closers/ Everite Everite agencies
84
Floor springs Godrej Godrej locking solutioin & systems
Hardwyn Hardwyn hardware
MAGNUM KIT Mukund Overseas
Basant Betons Basant Betons
BHARAT (NILSON) Bharat
Dazzie Dazzle Designer tiles Pvt Ltd
Hindustan tiles Hindustan tiles, Ranchi Pune
NITCO (ROCKARD) NITCO
Interlocking Concrete REGENCY Regency
85 Paver Blocks / CC Shree Shree Bharat Paver blocks
Paver Blocks
Ultra Ultra tile private Ltd
Vyara Tiles VYARA Tiles Pvt. Ltd. / Surat
Any alternative tiles as approved by CE/SE based on local
availability.
CEMTECH M/[Link] tiles, Uppal,
Hyderabad.
SURFA M/s. Surfa coats (India) [Link].,
86 Interior Emulsion Paints
Bangalore.
Archid ply Archid ply industries ltd.
A1 Teak A1 Teak Products Pvt.,Ltd.
Century Centuray laminates
Decolam Decolam India Pvt. Ltd.
Formica Formica Laminates (India) Pvt. Ltd.
Laminate, Laminate Green Lam Green lam Industries Ltd.
87
wooden flooring KANCHAN PLY M/s Vidya Ply & Board Pvt. Ltd
SISECAM M/[Link] Flat Glass India Pvt.
Ltd.
Kitmica Kitply Industries Ltd.
Merino Merino laminates
Royal touche Royal touche laminates
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
128

Sonear Sonear Laminates


Sunmica Sunmica Industries
Armstrong Armstrong flooring India Pvt. Ltd.
88 Linoleum sorts flooring Forbo Forbo Flooring India Pvt. Ltd.
Gerflor Gerflor flooring
Dorset Dorset Industries Pvt. Ltd.
Godrej Godrej locking solution & systems
Hafele Hafele India Pvt. Ltd.
Harrison Harrison locks
89 Locks & Latches Hitech Globe Locks India
Helix Helix India
Link Link Locks
Plaza Bharat lock House
Yale ASSA ABOLOY India (P) Ltd.
3M 3M
Roop Roop Polymer Ltd.
90 Masking Tapes Sun Sun
Wonder polymer Wonder Tape Industries

Asian paints Asian paints


Melamine Gold Wudfin Pidilite industries
91 Melamine Polish
Polycure Polycure Malaysia

Dextra Dextra India Pvt Ltd.


Sanfield Sanfield India Ltd.
Mechanical coupler for Alchemica Alchemica Ltd.
92
reinforcement Ardex Endura Ardex Endura Ltd.
Asian paints Smart care water proofing
products
BASF BASF India Ltd.
Dr. Fixit Pidilite industries
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
Membarane water
93 Hydro tech Hydro tech Ltd.
proofing system
MYK Schomburg MYK Arments range of products
STP Ltd Shalimar tar products
Texsa Texsa India Ltd.
Metalic / Steel Fire Godrej Godrej Security Solutions
94
Door Kenwood Kenwood Ply & Board

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
129

MPP Schodders MPP Technology Pvt. Ltd.


NAVAIR NAVAIR International Pvt. Ltd.
Promot Promot fire & Insulation (P) Ltd.
Shakthi Hormann Shakthi Hormann Pvt. Ltd.
Signumfire Protection Signumfire Protection pvt. Ltd.
Sukri Sukri Fire Doors Pvt. Ltd.
Essar Essar Steel Ltd.
JSW JSW Structural Metal Decking Ltd
95 Metal Deck Sheet
SAIL SAIL
TATA TATA steel
Amit Lovely metal Industries Pvt. Ltd.
Deepak Deepak
Garg D.P. Garg & Company
Jolly Jolly Engineering works
Mild Steel Butt Hinges/
96 Jyoti Jyoti Architectural Pvt. Ltd.
Piano hinges
Saswat Saswat
Supreme Supreme Industries
Swift Swift screws

AIS Mirror Asahi India Glass Ltd.


Atul Autl Glass Industries Ltd.
Modi Guard Gujarat Guardian Ltd
Saint Gobain Saint Gobain Glass India Ltd.,
97 Mirror SISECAM M/[Link] Flat Glass India Pvt.
Ltd.
Gold Plus M/s. Gold Plus Glass Industry
Ltd., New Delhi.

Evoke Evoke
Modular kitchen/ Godrej Godrej & Boyce co
98 wardrobes/Hardware
Sleek Asian Paints
and Accessories
Spacewood Spacewood
Apollo Appolo Tubes Ltd.
JINDAL JSW
Kalinga Kalinga Tubes Ltd.
99 M.S. Pipe, Tubes
SAIL SAIL
Surya Surya Roshi Ltd.
TISCO TATA STEEL

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
130

Multy walled Danapalon Danapal Light architecture


100 polycarbonate roofing Lexan GE GE lexan
sheets
Everest Everest Industries
HIL HIL Ltd.
101 Non Asbestos Sheets
RAMCO RAMCO Industries Ltd.

Godrej Godrej Security Solutions


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

PE-AL-PE Composite
107 Kitec Kitec Industries (Índia) Pvt. Ltd.
Pipes
Berger Berger Paints
Dulex ICI dutax
Nerolac Nerolac Kansia Nerolac Pains Ltd.
108 Pink primer/Primer Nippon Nippon
Wood primer Asian paint
SURFA M/s. Surfa Coats (India) pvt. Ltd.,
Bangalore.
109 Plasticiser & Super BASF BASF India Ltd.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
131

Plasticiser Chryso-HP/ Delta / Chryso India Pvt. Ltd.


Optima
CICO CICO Industries
Contrament, Power flow MC Bauchemie (India) Pvt. Ltd.
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.
Accurate Buildcon Accurate Buildcon company
Plastic Encapsulated KGM KGM Exports
110
Foot Rest KK India KK Manhole and gratings Co Pvt
Ltd.
Koochie Play Koochie Play systems Pvt ltd.
111 Play Equipments
Play world systems Play world systems India.
Ply wood (commercial AAMODA M/s. Jai Dayal Plywood [Link].,
112
Ply for general purpose) Hyderabad.
AAMODA M/s. Jai Dayal Plywood [Link].,
Ply wood (Marine Hyderabad.
113
Grade - BWP Ply) BLACK COBRA M/[Link] Plywood Industries,
Yamunanagar, Haryana.
BBR BBR (India) Pvt. Ltd.
CRUX Crux Processing systems Pvt. Ltd.
114 Post tensioning System Ultracon Ultracon Structural Systems Pvt.
Ltd.
VSL VSL India pvt. Ltd.
Alcox Hindeggan Alcox Ltd.
Danapalan Danapal Light architecture
115 Poly carbonate Sheet GE Lexon GE Silicones
MG Polyplast MG Polyplast

Polycarbonate Convex
116 mirrors, Rubbarised Unique safety solutions Unique safety solutions
road hump
Dr. Fixit Pidilite industries
Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
117 Poly sulphide sealant
Fosroc Smart care sealant
MYK Schomburg MYK Arments range of products

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
132

Pidilite Pidilite Industries


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

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


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

Berger Berger
Premium Acrylic Dulux ICI dulux
123 smooth exterior Paint
Nerolac Nerolac
with silicon additives
ULTIMA Asian paint
PEARL Precision Products
PTMT/PVC sanitary
Prayag Prayag Polymers (P) Ltd
124 fittings, bibcocks, pillar
cock Angle valve, Supreme Supreme industries

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
133

DP Wires DP Wires Ltd.


125 PT Strands TATA wiron TATA STEEL LTD.
Usha Martin Usha Martin Ltd.
Ambieance Ambieance
Accucel Accura Polytech Pvt. Ltd.
Duroplast Duroplast extrusion Pvt. Ltd.
Encraft Encraft India Pvt. Ltd.
Plastic Wood Plastic Wood
Polyline Polyline extrusion Pvt. Ltd.
126 PVC Doors and Frames Rajshri Rajshri Productions Pvt. Ltd.
Sintex Sintex Plastic technology Ltd.
VEKA M/s NCL Veka Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
RAJSRHRI M/s. Rajshri Plastiwood
Pithampur, M.P.
Sintex Sintex Plastic technology Ltd.
PVC / HDPE water
127 Supreme Supreme Industries Ltd.
storage tanks
Vectus Vectus Industries Ltd.
Akash Enterprises Akash Enterprises
Rex Polyextrusion Rex Polyextrusion ltd.
128 PVC Perforated Pipes
Supreme Supreme industries.
Zenplas Pipes Zenplas Pipes Pvt ltd.
Armstrong Armstrong world Industries
129 PVC flooring Ger flor Ger flor flooring
LG Hausys LG Hausys
Akzonoble Akzonoble Coating Ltd.
130 PVDC coating Valspar Valspar India Coating Corporation
Ltd.
BASF BASF
Fosroc Fosroc India
PU Coating (UV Pidilite Pidilite industries
131 resistant Liquid
PU Roof Koat Berger Paints Ltd
Applied coating)
SIKA SIKA India
Smart care Asian paints
PU Enamel Metalic Akzonobel Akzonobel
132 Paints on MS Structure Asian paints Asian paints
& Epoxy paints ( Berger Berger paints India Ltd.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
134

Premium Quality) MRF MRF paints


SKK SKK ltd
Access Floor systems Access Floor Systems
Tate Tate
Uni floor Uni floor India
133 Raised / Cavity flooring
Unitile Unitile India
Zt floor Zt floor Pvt.,Ltd

Indian Hume Pipes Indian Hume Pipe Ltd.,


Jain & Co Jain spun pipes Co.,
RCC Pipes / Precast Lakahmi Sood & Sood Lakshmi Sood & Sood Pipa Co.
134 concrete pipes (RCC Madurai spun pipe Madura spun pipe company
hume pipes) Vishnu Vishnu Spun Pipes.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Ferrous Crete Ferrous Crete (India) Pvt. Ltd.
Gyproc plasters Saint Gobain Gyproc India
Ready mix cement Ramco super plaster Ramco super plaster melamine
135
plaster melamine
Read Plast Ultratech cements Ltd
Ultra tech Ultra tech Cement Ltd
Berger Berger Paints
Dulex ICI dulex
Red Oxide Zinc High performance yellow Asian Paint
136
Chromate primer metal primer
Nerolac Nerolac
Nippon Nippon
Asahi Asahi India Glass ltd.
Glaverbel Glaverbel India
Modifloat Gujarat Guardian Ltd.
Reflective glass , High
137 Pilkinton Pilkinton India
performance glass
SISECAM M/[Link] Flat Glass India Pvt.
Ltd.
Saint Gobain Saint Gobain India Pvt. Ltd.
ACC ACC Cements Ltd
A B Dinesh A B Dinesh Concrete India Pvt.,
RMC plants ( Ready
138 Ltd.
Mix Concrete)
Aparna Aparna Ready Mix concrete
Lafarge Lafarge India Pvt. Ltd.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
135

NUVOCO Nuvoco Vistas Corporation Ltd.


RB Ready Mix RB Ready Mix
RDC RDC Concrete (India) [Link].
RMC (India) RMC (India) Pvt. Ltd.
Plants at – Autonagar, M/s. Sarvani Industries Pvt. Ltd.,
Gajuwaka & Atchutapuram Guntur.
@ Visakhapatnam.
Plants at – Ankireddy
Palem, Kolanukonda @
Guntur.
Ultra Tech Ultra Tech Cement Ltd
Liyod Insulation Liyod Insulation ltd.
Rockwool/Glass wool
139 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
GE Plastic GE Silicones
Sandwich PUF panelled
140 JINDAL MECTEC/ Mectec Pvt Ltd
roofing sheets
JINDAL
LEXAN LEXAN Ltd
Liyod Insulation Liyod Insulation (India) ltd
Lloyd Insulation Lloyd insulation (India ) Ltd
Pidilite Pidilite Industries ltd
Smart care Asian paints
Supreme Supreme ltd
AOS System AOS System
Grohe Grohe
Hindware HSIL Ltd
Sensor based Auto flush
141 Jaquar Jaquar Group
systems
Kochier Kochier
Parryware Parryware Sanitary ware
TOTO TOTO ltd.
Nu-TEC Nu-Tech concrete products (P)
142 SFRC Cover and grating Lld,.
KK KK Manhole and gratings Co Pvt

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
136

Ltd.,
Kutty Kutty Industries
143 Shear Stud/ Connector KOCO KOSTER & CO
BASF BASF India Ltd.
Dow Corning Dow corning Indd
144 Silicon coating GE GE Silicones
Wacker Wacker silicones

145 Silicon Gaskets Sree Geurev Sree Gaurav Rubber products


3M 3M Science
Solar studs/ Median
146 Avery Dennison Avery Donnison India Pvt Ltd.
markers
Nikkalite Nippon carbide Industires (USA)
Dorma Dormakaba
hafele Hafele Ltd.
Spider patch fittings for
147 Kich Kich india
structural glazing
Ozone Ozone Ltd.
Sevax Saint Gobain Glass India ltd.
Buildon Buildon
Spray applied Ferrous Crete Ferrous Crete ( India ) Pvt Ltd.
148 Readymade plaster/
Gyproc cute 100 Gyproc India.
Gysum plaster
Ultratech Ultratech cement ltd.
Neco JayaSwal Neco Ltd
Kartar Kartar valves private Ltd. ,
Electrosteel Electrosteel
149 Spun cast iron fittings
Kapilansh Centrifugal Kapilansh Dhatu Udyoo (P)Ltd.
SKF brand SINGHALIRON FOUNOARY Pvt.
Ltd.
Jagannath Sri Jaqannath iron Foundry Pvt.
Ltd
Spun cast iron covers & Kapilansh Centrifugal Kapilansh Dhatu Udyoo{P)Ltd.
150
gratings Neco Jayaswal Neco Ltd
SKF brand SINGHALIRON FOUNOARY Pvt.
Ltd„
Ark Product Pvt. Ltd. Ark Product Pvt. Ltd.
Connect Connect Ltd.
Stainless Steel / Jindal JSW
151
Stainless Steel Pipes KINGSTON KINGSTON
Salem SAIL
SAIL SAIL
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
137

DEC M/s. DEC Industries Pvt. Ltd.,


Hyderabad.
Alloy Alloy Ltd.
Atul Atul fasteners Ltd.
GKW GKW Limited
Helix Helix India
152 Stainless Steel screws
Kundan Kundan Industries Ltd.
Nettlefold Nettlefold Screws
Pooja Pooja Steel Corporation

Dorma Dorma India Pvt. Ltd.


Helix Helix India
Stainless steel Butt
153 Prayag Prayag Polymers (P) Ltd.
hinges
Ozone Ozone Hardware

Earl Bihari Earl Bihari India Pvt. Ltd.


EBCO EBCO
Hetich Hetich India
Stainless steel friction
154 Haffle Haffle India Pvt. Ltd.
hinges
ROTO ROTO Frank Asia
Securistyle Securityle India Pvt. Ltd.

Atul Atul fasterners Ltd.


Stainless steel Bolts, Hilti Hilti India Pvt. Ltd.
155
washers, nuts Kundan Kundan Industries Ltd.
Pooja Pooja Steel Corporation
Atul Atul fasterners Ltd.
Stainless steel pressure Dorset Dorset Industries [Link].
156
plate screws Kundan Kundan Industries Ltd.
Pooja Pooja Steel Corporation
CERA M/s Cera Sanitaryware Ltd.
Diamond Pheonix Appliances Pvt. Ltd.
Franke Franke India Ltd.
Futura Futura Kichen Sinks India Pvt. Ltd.
Stainless Steel Kitchen
157 Hindware HSIL Ltd
sink
Jhonson Prision Jhonson Ltd.,
Jindal Centuary polytech
Joyna Joyna
Navkar Shri Navkar Metals Ltd
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
138

Nilkanth Nilkant
PRAYAG M/s. Prayag Polymers Pvt. Ltd.
Nirali Jyoti (India) Matel Industries Pvt
Ltd
Silver Shine Blue stone sanitary Industries Pvt.
Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Accucel Accura polytech Pvt ltd.
Madhu industries Madhu industries, San Harvic,
Steel Windows/ NCL
158
Pressed steel frames
NCL NCL Industries
San Harvic San Harvic
APL Apollo Tubes Ltd
JSPL JSPL
JSW JSW
159 Structural Steel
SAIL SAIL
TISCO TATA STEEL
VIZAG RINL
Asian paints Smart care sealant
BASF BASF India Ltd.
Dow corning Dow corning india
160 Structural sealant Fosroc Fosroc India
GE GE silicones
STP Ltd. Shalimar tar products
Wacker Wacker silicones
Berger Berger Paints
Dulex ICI dulex Ltd
Premium gloss enamel Asian paint Ltd
161 Synthetic enamel Paint Nerolac Nerolac Paints Ltd
Nippon Nippon Paint India Ltd.
SURFA M/s. Surfa Coats (india) Pvt. Ltd.,
Bangalore.
Hollitex Hoilitex carper tilas
162 Synthetic Carpet tiles Standard Carpets Standard Carpets
TOLI TOLI Corporation
Armstrong Armstrong flooring
Synthetic Sports
163 Gerflor RMG Polyvinyl India Ltd.
Flooring
LG Wondorfloor LG Hausys India
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
139

Astral Astral poiytechnik Ltd.


Finolex Finolex Industries Ltd .
Flowgard Ashirwad PVC Pipes
Nandi Nandi pipes Pvt., Ltd.
SWR PVC Pipes &
164 Prince Prince Pipes and fittings
fittings
Sudhakar Sudhakar PVC Pipes
Supreme Supreme Industries Ltd.
SENTINI M/[Link] Flopipes India Pvt.
Ltd., Hyderabad.
KRYTON M/s. Kryton Buildmat Co. Pvt
165 Swell able water stop
Ltd., Gurugram, Haryana.
Asahi Asahi India Glass ltd.
FUSO FUSO Glass India Pvt. Ltd.
Gurind Gurind India
Tempered reflective/ Imapct Safety Impact Safety glass works Pvt. Ltd.
166
clear glass Modiguard Gujarat Guardian Ltd.
Pilkington Pilkington India Pvt. Ltd.
Saint Gobain Saint Gobain India Pvt. Ltd.

Asian Asian Paints Ltd.


Elastospray BASF
Thermal Insulation
167 Pidilite Pidilite Industries
treatment
Rock India Pvt. Ltd Rock India Pvt. Ltd
Weather Kool & Seal Berger Paints India Ltd.
JSW JSW Steel Ltd.
TMT Bars SAIL Steel Authority of India Ltd.
168
TISCO TATA STEEL LTD.
VIZAG Rastriya Inspat Nigam Ltd.
Gold Plus M/s. Gold Plus Glass Industry
169 Tinted and Coated glass
Ltd., New Delhi.
Sentini M/s. Sentini floppies India Pvt.
Ltd., Hyderabad.
UPVC –UGD /UGD SUDHAKAR M/s. Sudhakar Polymers Pvt. Ltd.
170
Pipes and Fittings. AKG M/s. AKG Extrusions Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
UPVC (SWR) Pipes and AKG AKG
171 fittings (Rain water Astral Astral polytechnik Ltd.
pipes) Ashirwad Aahirwad PVC Pipes

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
140

Finolex Finales Industries Ltd.


KSR KSR
Prepoly Premier PVC Industry
Prince Pnnce pipes and fittings Ltd.
Supreme Supeme industries Ltd.
SENTINI M/s. Sentini Flopipes India Pvt.
Ltd., Hyderabad.
AKG M/s. AKG Extrusions Pvt. Ltd.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Aluplast Alu Alpha India
Duroplast Duro Plast Extrusion Pvt. Ltd.
Encraft Encraft India Pvt. Ltd.
Fenesta Fenesta DCM Shriman
Komarling Profile India Window Technology
Pvt. Ltd.
LG LG India Pvt. Ltd.
RAJSRHRI M/s. Rajshri Plastiwood,
UPVC doors, door Pithampu, M.P.
172 MARCOLINI M/s Mathura Poly pack Pvt, Ltd.
frames and windows
Prominance M/s Prominance Window Systems
Rehau Rehau Unlimited Polymer
Solutions
Sintex Sintex Plastic technology Ltd.
Venster/ OKOTECH Aparna Enterprises limited
VEKA M/s NCL Veka Ltd.

Plast One M/[Link] one UPVC Profiles Pvt.


Ltd., Secunderabad.
COAR COAR
DNV DNV Global Pvt.,ltd.
173 UPVC Hardware
HOPPE HOPPE
PULSE LGF SYSMAC (India) Pvt.,Ltd.
BATHSENSE Asian paints( Bath division)
CERA CERA Sanitaryware Ltd.,
Vitreous Commodes/ Hindware HSIL Ltd.
174
Washbasin Jaquar Jaquar Group
Kerovit M/s Kajaria Ceramic limited
Kohler Kohler world Wide

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
141

Parryware ROCA Bath Pvt. Ltd.,


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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
142

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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
143

Penetron Penetron India Pvt Ltd.


Shaliplast LW+ STP Ltd
Sika Sika India
KRYTON M/s. Kryton Buildmat Co. Pvt.
Ltd., Gurugram, Haryana.

Ardex Endura Ardex Endura Ltd.


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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
144

Duro Flushdoors Dura Ply industries Ltd.


Greenlam Greenlam Ply Industries Ltd.
Indian Timber Products Indian Timber Products
Jain doors [Link]. Jain doors [Link].
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
MP Ply wood products MP Wood products
National plywood National plywood
Raavella door Raavella Industries (P) Ltd.
Shakthi Shree Shakthi Modern Flush doors
Swatic ply Swatic ply
Vidya ply Vidya ply
AAMODA M/s. Jai Dayal Ply wood Pvt. Ltd.,
Hyderabad.
BLACK COBRA M/s. Punjab Plywood Industries,
Yamunanagar, Haryana.
DEC M/s. DEC Industries Pvt. Ltd.,
Hyderabad.
Heritage M/s. DECO MICA Limited,
189 Laminated sheet
Ahmadabad.
Heritage M/s. DECO MICA Limited,
190 MDF Board
Ahmadabad.
WPC frame of size MAGMA M/s. SMP IMPEX, Bangalore
191 90x45 mm for doors &
windows.
WPC sheet 28 mm thick MAGMA M/s. SMP IMPEX, Bangalore
192
for doors & windows.
PVC sheet 5 mm thick MAGMA M/s. SMP IMPEX, Bangalore
193 for panelling in doors,
windows etc.
Precast concrete DEC M/s. DEC Industries Pvt. Ltd.,
194 manhole covers and Hyderabad.
frames (IS-12592-2002)
HD PE pipes for water DEC M/s. DEC Industries Pvt. Ltd.,
195
supply (IS 4984-2016) Hyderabad.
196 Admixute (PC, SNF) DEC M/s. DEC Industries Pvt. Ltd.,
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
145

Hyderabad.
DEC M/s. DEC Industries Pvt. Ltd.,
197 SBR latex
Hyderabad.
Cold rolled closed DEC M/s. DEC Industries Pvt. Ltd.,
198 Annealed (CRCA) door Hyderabad.
frames.
RAJSRHRI M/s. Rajshri Plastiwood,
199 WPC Doors
Pithampur, M.P.
DEC M/s. DEC Industries Pvt. Ltd.,
200 FRP Doors
Hyderabad.
Pre-Painted Galvanized DEC M/s. DEC Industries Pvt. Ltd.,
iron / Steel doors & Hyderabad.
201
Windows

DEC M/s. DEC Industries Pvt. Ltd.,


Wall Putty (White
202 Hyderabad.
cement based)
CP water supply JAYNAM M/s. Jain Enterprises
203 fixtures – stop valve &
angle Valve
UPVC pipes for water PRAYAG M/s. Prayag Polymers Pvt. Ltd.
204
supply
UPVC – SWR pipes & PRAYAG M/s. Prayag Polymers Pvt. Ltd.
205
fittings Birla Hil Pipes M/s. Hil Ltd.
Plastic Seat & Covers PRAYAG M/s. Prayag Polymers Pvt. Ltd.
206
for water closter
Plastic flushing PRAYAG M/s. Prayag Polymers Pvt. Ltd.
207 Cisterns for water
closets & Urinals.
Tabular Steel door APL APOLLO M/s. Radha Smelters Pvt. Ltd.
208
frames – MS/GI/GP CHAUKHAT
Reinforcement Bars as RADHA TMT M/s. Radha Smelters Pvt. Ltd
209
per IS 1786 - 2008
IoT based building WIS Spaces M/[Link] IoT Solutions Pvt.
210 Management System Ltd.
(S.T. Open Protocols)
CORONET M/s. Mohan Metal Industries
CP Bath Fittings &
211 EssEss”ap Royale” and M/s. Asian Paints Limited
Accessories
“Bathsense”
UPVC pipes for water Birla Hil Pipes M/s. Hil Ltd.
212
supply
Aerocon Panels (Sand BIRLA AEROCON M/s. Hil Ltd.
213
Witched)

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
146

Door & Window CROWN M/s. Crown Industries.


Fittings (Aluminium,
214
Mild Steel, Stainless
steel & Brass)
Green Panel Board Green Panel M/s. Mohan Metal Industries
215
(HDF Laminates)
Pre laminated Board Green Panel M/s. Mohan Metal Industries
216
(MDF)

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

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
147

SKETCH SHOWING FIXING DETAILS OF VERTICAL CI/SCI PIPES/STACKS

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
148

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
149

SCHEDULE OF QUANTITIES
Name of Work: Renovation of Guest House at Jawahar Navodaya Vidyalaya, Choppadandi,
Karimnagar Dist.

DSR
[Link] Description Qty Unit Rate Amount
No.
1 2 EARTH WORK
1.1 2.28 Surface dressing of the ground
including removing vegetation and
inequalities not exceeding 15 cm deep
and disposal of rubbish, lead up to 50 m
and lift up to 1.5 m.
1.1.1 2.28.1 All kinds of soil 74.40 Sqm 28.15 2094.00
1.2 2.34 Supplying chemical emulsion in sealed
containers including delivery as
specified.
1.2.1 2.34.1 Chlorpyriphos/ Lindane emulsifiable
concentrate of 20% 25.20 Litre 200.90 5063.00
1.3 2.35 Diluting and injecting chemical
emulsion for POST-CONSTRUCTIONAL
anti-termite treatment (excluding the
cost of chemical emulsion) :
1.3.1 2.35.2 Along the external wall below concrete
or masonry apron using chemical
emulsion @ 2.25 litres per linear metre
including drilling and plugging holes
etc.:
[Link] 2.35.2. With Chlorpyriphos/ Lindane E.C. 20%
1 with 1% concentration 31.10 Metre 44.70 1390.00
1.3.2 2.35.3 Treatment of soil under existing floors
using chemical emulsion @ one litre
per hole, 300 mm apart including
drilling 12 mm diameter holes and
plugging with cement mortar 1 :2 (1
cement : 2 Coarse sand) to match the
existing floor:
[Link] 2.35.3. With Chlorpyriphos/Lindane E.C. 20%
1 with 1% concentration 36.20 Sqm 256.15 9273.00
2 8 CLADDING WORK

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
150

2.1 8.2 Providing and fixing 18 mm thick gang saw


cut, mirror polished, premoulded and
prepolished, machine cut for kitchen
platforms, vanity counters, window sills,
facias and similar locations of required size,
approved shade, colour and texture laid
over 20 mm thick base cement mortar 1:4
(1 cement : 4 coarse sand), joints treated
with white cement, mixed with matching
pigment, epoxy touch ups, including
rubbing, curing, moulding and polishing to
edges to give high gloss finish etc. complete
at all levels.
2.1.1 8.2.2 Granite stone slab colour black,
Cherry/Ruby red
[Link] [Link] Area of slab over 0.50 sqm
2.00 Sqm 4425.35 8851.00
2.3 8.31 Providing and fixing Ist quality ceramic
glazed wall tiles conforming to IS: 15622
(thickness to be specified by the
manufacturer), of approved make, in all
colours, shades except burgundy, bottle
green, black of any size as approved by
Engineer-in-Charge, in skirting, risers of
steps and dados, over 12 mm thick bed of
cement mortar 1:3 (1 cement : 3 coarse
sand) and jointing with grey cement slurry
@ 3.3kg per sqm, including pointing in
white cement mixed with pigment of
matching shade complete. 3.90 Sqm 1063.45 4147.00
3 9 CLADDING WORK
3.1 9.21M Providing and fixing ISI marked flush door
shutters conforming to IS : 2202 (Part I)
non-decorative type, core of block board
construction with frame of 1st class hard
wood and well matched commercial 3 ply
veneering with vertical grains or cross
bands and face veneers on both faces of
shutters including providing & fixing
factory pressed 1.0 mm thick decorative
hight pressure laminated sheet of
plain/wood grain in gloss / matt/suede
finish of approved shade and design with
high density pretective surface layer and
reverse side of adhesive bonding quality
conforming to IS: 2046 Type S on both sides
of the shutter, including cost of adhesive of
approved quality and providing lipping
with 2nd class teak wood battens 25 mm
minimum depth on all edges of flush door
shutters (All Factory Pressed)

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
151

3.1.1 9.21.1 35 mm thick including ISI marked


M Stainless Steel butt hinges with
necessary screws 7.10 Sqm 3945.15 28011.00
3.2 9.23 Extra for providing lipping with 2nd
class teak wood battens 25 mm
minimum depth on all edges of flush
door shutters (over all area of door
shutter to be measured). 7.10 Sqm 401.40 2850.00
3.3 9.27 Providing and fixing wire gauge
shutters using galvanized M.S. wire
gauge of average width of aperture 1.4
mm in both directions with wire of dia
0.63 mm, for doors, windows and
clerestory windows with hinges and
necessary screws :
3.3.1 9.27.1 35 mm thick shutters
[Link] 9.27.1. with ISI marked M.S. pressed butt
1 hinges bright finished of required size
[Link] 9.27.1. Second class teak wood
.1 1.1 3.70 Sqm 3863.65 14296.00
3.4 9.48 Providing and fixing M.S. grills of
required pattern in frames of windows
etc. with M.S. flats, square or round
bars etc. including priming coat with
approved steel primer all complete.
3.4.1 9.48.2 Fixed to openings /wooden frames with
rawl plugs screws etc. 100.60 Kg 197.70 19889.00
3.5 9.90 Providing and fixing special quality
chromium plated brass cupboard locks
with six levers of approved quality
including necessary screws etc.
complete.
3.5.1 9.90.2 Size 50 mm 1.00 Each 86.30 86.00
3.6 9.96 Providing and fixing aluminium sliding
door bolts, ISI marked anodised (anodic
coating not less than grade AC 10 as per
IS : 1868), transparent or dyed to
required colour or shade, with nuts and
screws etc. complete :
3.6.1 9.96.1 300x16 mm 2.00 Each 260.30 521.00
3.6.2 9.96.2 250x16 mm 3.00 Each 234.90 705.00

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
152

3.7 9.97 Providing and fixing aluminium tower


bolts, ISI marked, anodised (anodic
coating not less than grade AC 10 as per
IS : 1868 ) transparent or dyed to
required colour or shade, with
necessary screws etc. complete :
3.7.1 9.97.1 300x10 mm 4.00 Each 117.65 471.00
3.7.2 9.97.3 200x10 mm 5.00 Each 104.40 522.00
3.8 9.100 Providing and fixing aluminium
handles, ISI marked, anodised (anodic
coating not less than grade AC 10 as per
IS : 1868) transparent or dyed to
required colour or shade, with
necessary screws etc. complete :
3.8.1 9.100.1 125 mm 12.00 Each 60.05 721.00
3.9 9.101 Providing and fixing aluminium
hanging floor door stopper, ISI marked,
anodised (anodic coating not less than
grade AC 10 as per IS : 1868)
transparent or dyed to required colour
and shade, with necessary screws etc.
complete.
3.9.1 9.101.2 Twin rubber stopper 4.00 Each 62.25 249.00
3.10 9.114 Providing and fixing magnetic catcher
of approved quality in cupboard / ward
robe shutters, including fixing with
necessary screws etc. complete.
3.10.1 9.114.1 Triple strip vertical type 2.00 Each 44.85 90.00
3.10.2 9.114.2 Double strip (horizontal type) 8.00 Each 34.15 273.00

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
153

3.11 9.147 Providing and fixing factory made uPVC


A white colour casement/casement cum fixed
glazed windows comprising of uPVC multi-
chambered frame, sash and mullion (where
ever required) extruded profiles duly
reinforced with 1.60 ± 0.2 mm thick
galvanized mild steel section made from
roll forming process of required length
(shape & size according to uPVC profile),
uPVC extruded glazing beads of appropriate
dimension, EPDM gasket, stainless steel (SS
304 grade) friction hinges, zinc alloy (white
powder coated) casement handles, G.I
fasteners 100 x 8 mm size for fixing frame
to finished wall, plastic packers, plastic caps
and necessary stainless steel screws etc.
Profile of frame & sash shall be mitred cut
and fusion welded at all corners, mullion (if
required) shall be also fusion welded
including drilling of holes for fixing
hardware's and drainage of water etc. After
fixing frame the gap between frame and
adjacent finished wall shall be filled with
weather proof silicon sealant over backer
rod of required size and of approved
quality, all complete as per approved
drawing & direction of Engineer-in-Charge.
(Single / double glass panes and silicon
sealant shall be paid separately). Variation
in profile dimension in higher side shall be
accepted but no extra payment on this
account shall be made.
Note: For uPVC frame, sash and mullion
extruded profiles minus 5% tolerancein
dimension i.e. in depth & width of
profile shall be acceptable.
3.11.1 9.147 Casement window double panels with
A.2 S.S. friction hinges (300 x 19 x 1.9 mm)
made of (small series) frame 47 x 50
mm, sash 47 x 68 mm & mullion 47 x 68
mm all having wall
thickness of 1.9 ± 0.2 mm and single
glazing bead of appropriate dimension.
(Area of window above 0.75 sqm upto
1.50 sqm). 2.40 Sqm 9635.40 23125.00

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
154

3.12 9.147 Providing and fixing factory made uPVC


D white colour sliding glazed window upto
1.50 m in height dimension comprising of
uPVC multi-chambered frame with in-built
roller track and sash extruded profiles duly
reinforced with 1.60 ± 0.2 mm thick
galvanized mild steel section made from
roll forming process of required length
(shape & size according to uPVC profile),
appropriate dimension of uPVC extruded
glazing beads and uPVC extruded
interlocks, EPDM gasket, wool pile, zinc
alloy (white powder coated) touch locks
with hook, zinc alloy body with single nylon
rollers (weight bearing capacity to be 40
kg), G.I fasteners 100 x 8 mm size for fixing
frame to finished wall and necessary
stainless steel screws etc. Profile of frame &
sash shall be mitred cut and fusion welded
at all corners, including drilling of holes for
fixing hardware's and drainage of water etc.
After fixing frame the gap between frame
and adjacent finished wall shall be filled
with weather proof silicon sealent over
backer rod of required size and of approved
quality, all complete as per approved
drawing & direction of Engineer-in-Charge.
(Single / double glass panes, wire mesh and
silicon sealent shall be paid separately).
Variation in profile dimension in higher
side shall be accepted but no extra payment
on this account shall be made.
Note: For uPVC frame and sash
extruded profiles minus 5% tolerance
in dimension i.e. in depth & width of
profile shall be acceptable.
3.12.1 9.147 Three track three panels sliding
D.2 window with fly proof SS wire mesh
(Two nos. glazed & one no. wire mesh
panels) made of (small series) frame 92
x 44 mm & sash 32 x 60 mm both
having wall thickness of 1.9 ± 0.2 mm
and single glazing bead of appropriate
dimension (Area of window upto 1.75
sqm). 2.90 Sqm 10030.30 29088.00

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
155

3.12.2 9.147 Three track three panels sliding


D.4 window with fly proof S.S wire mesh
(Two nos. glazed & one no. wire mesh
panels) made of (big series) frame 116
x 45 mm & sash 46 x 62 mm both
having wall thickness of 2.3 ± 0.2 mm
and single glazing bead / double glazing
bead of appropriate dimension. (Area
of window above 1.75 sqm). 6.60 Sqm 9642.60 63641.00
3.13 9.153 Providing and fixing steel (white power
coated) crescent lock for uPVC sliding
window/ door with necessary screws
etc. complete. 5.00 Each 161.80 809.00
3.14 9.168 Providing and fixing cupboard shutter
with 19mm thick one side decorative
and other side balancing lamination
factory pressed BWP grade marine ply
as per IS 710 of approved brand
including 2mm thick PVC edge banding
tape with hot glue by edge bending
machine etc. with auto closing spring
loaded hinges (hydraulic type) etc.
complete as per direction of Engineer-
in-charge.(Payment of providing and
fixing auto closing hinges shall be paid
separately) 2.80 Each 2563.75 7179.00
3.15 9.169 Providing and fixing 19mm thick both
side balancing lamination factory
pressed BWP grade marine ply as per IS
710 of approved brand boxes, shelves,
racks, almirah,cupboard and drawer
etc. including necessary nails,screws
etc. complete as per direction of
Engineer-incharge. 9.00 Sqm 2339.60 21056.00
3.16 9.170 Providing and fixing stainless steel
fancy handle of approved make fixed
with SS screws etc. complete as per
direction of Engineer-in-charge.
3.16.1 9.170.1 200 mm 2.00 Each 153.15 306.00
3.17 9.171 Providing and fixing stainless steel soft
closing spring hinges at 0 degree hinges
(hydraulic type) of approved
make/brand to cupboard shutters with
full threaded steel screws including
making necessary recess in board and
finished etc. complete as per direction
of Engineer-in-charge. 24.00 Each 226.75 5442.00
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
156

4 8 FLOORING
4.1 11.41 Providing and laying Vitrified tiles in floor
A in different sizes (thickness to be specified
by the manufacturer) with water
absorption less than 0.08% and conforming
to IS:15622, of approved brand &
manufacturer, in all colours and shade, laid
on 20 mm thick cement mortar 1:4 (1
cement: 4 coarse sand) jointing with grey
cement slurry @3.3 kg/sqm including
grouting the joints with white cement and
matching pigments etc. The tiles must be
cut with the zero chipping diamond cutter
only . Laying of tiles will be done with the
notch trowel, plier, wedge, clips of required
thickness, leveling system and rubber
mallet for placing the tiles gently and easily.
4.1.1 11.41 Double charge vitrified tile polished
A.1 finish of size
[Link] 11.41 Size of Tile 600 x 600 mm
A.1.1 33.70 Sqm 1286.60 43358.00
4.2 11.42 Deduct for not using 20 mm thick
cement mortar 1:4 (1 cement : 4 coarse
sand) bedding in laying of floor tiles
and jointing with grey cement slurry @
3.3 kg/ sqm. 33.70 Sqm 735.30 -24780.00
4.3 11.43 Fixing glazed/ Ceramic/ Vitrified floor
tiles with cement based high polymer
modified quick-set tile adhesive (Water
based) conforming to IS: 15477, in
average 3mm thickness. 33.70 Sqm 633.60 21352.00
4.4 11.46 Providing and laying Vitrified tiles in
M different sizes (thickness to be specified by
manufacturer), with water absorption less
than 0.08 % and conforming to I.S. 15622,
of approved make, in all colours & shade, in
skirting, riser of steps, over 12 mm thick
bed of cement mortar 1:3 (1 cement: 3
coarse sand), jointing with grey cement
slurry @ 3.3 kg/ sqm including grouting the
joint with white cement & matching
pigments etc. The tile must be cut with the
zero chipping diamond cutter only. Laying
of tile will be done with the notch trowel,
plier, wedge, clips of required thickness,
levelling system and rubber mallet for
placing the tiles gently and easily.
4.4.1 11.46. Double charge vitrified tile polished
2 finish of size

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
157

[Link] 11.46. Size of Tile 600 x 600 mm


2.1 5.00 Sqm 1466.50 7333.00
5 13 FINISHING
5.1 13.2 15 mm cement plaster on the rough
side of single or half brick wall of mix :
5.1.1 13.2.2 1:6 (1 cement: 6 fine sand)
83.00 Sqm 324.30 26917.00
5.2 13.47 Finishing walls with Premium Acrylic
Smooth exterior paint with Silicone
additives of required shade:
5.2.1 13.47. New work (Two or more coats applied
1 @ 1.43 ltr/10 sqm over and including
priming coat of exterior primer applied
@ 2.20 kg/10 sqm) 200.00 Sqm 162.35 32470.00
5.3 13.80 Providing and applying white cement
based putty of average thickness 1 mm,
of approved brand and manufacturer,
over the plastered wall surface to
prepare the surface even and smooth
complete. 124.10 Sqm 123.85 15370.00
5.4 13.82 Wall painting with acrylic emulsion
paint, 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.
5.4.1 13.82. One coat
1 36.90 Sqm 78.00 2878.00
5.4.2 13.82. Two coats
2 124.10 Sqm 116.05 14402.00
5.5 13.85 Applying priming coats with primer of
approved brand and manufacture,
having low VOC (Volatile Organic
Compound ) content.
5.5.1 13.85. With water thinnable cement primer on
3 wall surface having VOC content less
than 50 grams/litre 124.10 Sqm 64.45 7998.00
5.6 13.91 Removing dry or oil bound distemper,
water proofing cement paint and the
like by scrapping, sand papering and
preparing the surface smooth including
necessary repairs to scratches etc.
complete. 324.10 Sqm 20.85 6757.00
6 14 DISMANTLING AND DEMOLISHING

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
158

6.1 14.82 Dismantling W.C. Pan of all sizes


including disposal of dismantled
materials i/c malba all complete as per
directions of Engineer-in- Charge. 1.00 Each 110.70 111.00
7 15 DISMANTLING AND DEMOLISHING
7.1 15.12 Dismantling doors, windows and
clerestory windows (steel or wood)
shutter including chowkhats,
architrave, holdfasts etc. complete and
stacking within 50 metres lead :
7.1.1 15.12. Of area 3 sq. metres and below
1 8.00 Each 302.70 2422.00
7.2 15.25 Dismantling stone slab flooring laid in
cement mortar including stacking of
serviceable material and disposal of
unserviceable material within 50
metres lead. 43.40 Sqm 219.75 9537.00
7.3 15.52 Dismantling of flushing cistern of all
types (C.I./PVC/Vitrious China)
including stacking of useful materials
near the site and disposal of
unserviceable materials within 50
metres lead. 1.00 Each 744.60 745.00
7.4 15.56 Dismantling old plaster or skirting
raking out joints and cleaning the
surface for plaster including disposal of
rubbish to the dumping ground within
50 metres lead. 83.00 Sqm 45.05 3739.00
7.5 15.60 Disposal of building rubbish / malba /
similar unserviceable, dismantled or waste
materials by mechanical means, including
loading, transporting, unloading to
approved municipal dumping ground or as
approved by Engineer-in-charge, beyond 50
m initial lead, for all leads including all lifts
involved. 2.50 Cum 219.35 548.00
8 16 ROAD WORK
8.1 16.68 Providing and laying 60mm thick faciory
made cement concrete interlocking paver
block of M -30 grade made by block making
machine with strong vibratory compaction,
of approved size, design & shape, laid in
required colour and pattern over and
including 50mm thick compacted bed of
coarse sand, filling the joints with line sand
etc. all complete as per the direction of
Engineer-in-charge. 64.20 Sqm 951.00 61054.00

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
159

9 17 SANITARY INSTALLATIONS
9.1 17.2 Providing and fixing white vitreous china
pedestal type water closet (European type
W.C. pan) with seat and lid, 10 litre low
level white P.V.C. flushing cistern, including
flush pipe, with manually controlled device
(handle lever), conforming to IS : 7231,
with all fittings and fixtures complete,
including cutting and making good the
walls and floors wherever required :
9.1.1 17.2.1 W.C. pan with ISI marked white solid
plastic seat and lid 1.00 Each 5540.55 5541.00
9.2 17.7 Providing and fixing wash basin with
C.I. brackets, 15 mm C.P. brass pillar
taps, 32 mm C.P. brass waste of
standard pattern, including painting of
fittings and brackets, cutting and
making good the walls wherever
require:
9.2.1 17.7.3 White Vitreous China Wash basin size
550x400 mm with a pair of 15 mm C.P.
brass pillar taps 1.00 Each 3158.70 3159.00
9.3 17.8 Providing and fixing white vitreous
china pedestal for wash basin
completely recessed at the back for the
reception of pipes and fittings. 1.00 Each 1500.05 1500.00
9.4 17.28 Providing and fixing P.V.C. waste pipe
for sink or wash basin including P.V.C.
waste fittings complete.
9.4.1 17.28.2 Flexible pipe
[Link] [Link] 32 mm dia 2.00 Each 104.35 209.00
9.5 17.31 Providing and fixing 600x450 mm beveled
edge mirror of superior glass (of approved
quality) complete with 6 mm thick hard
board ground fixed to wooden cleats with
C.P. brass screws and washers complete. 1.00 Each 1411.15 1411.00
10 18 WATER SUPPLY
10.1 18.48 Providing and placing on terrace (at all
floor levels) polyethylene water storage
tank, IS : 12701 marked, with cover and
suitable locking arrangement and making
necessary holes for inlet, outlet and
overflow pipes but without fittings and the
base support for tank. 500.00 Litre 9.70 4850.00
10.2 18.51 Providing and fixing C.P. brass long
body bib cock of approved quality
conforming to IS standards and
weighing not less than 690 gms.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
160

10.2.1 18.51.1 15 mm nominal bore 1.00 Each 708.40 708.00


10.3 18.62 Providing and fixing PTMT Ball cock of
approved quality, colour and make
complete with Epoxy coated aluminium
rod with L.P./ H.P.H.D. plastic ball.
10.3.1 18.62.3 25 mm nominal bore, 152mm long,
weighing not less than 440 gms 1.00 Each 459.40 459.00
11 26 NEW TECHNOLOGIES AND
MATERIALS
11.1 26.31 Providing, mixing and applying bonding
coat of approved adhesive on chipped
portion of RCC as per specifications and
direction of Engineer-In-charge
complete in all respect.
11.1.1 26.31.1 SBR Polymer (@10% of cement weight)
modified cementitious bond coat @ 2.2 kg
cement per sqm of surface area mixed with
specified proportion of approved
polymer 1.80 Sqm 117.75 212.00
11.2 26.32 Providing, mixing and applying SBR
polymer (of approved make) modified
Cement mortar in proportion of 1:4 (1
cement: 4 graded coarse sand with polymer
minimum 2% by wt. of cement used) as per
specifications and directions of Engineer-
in-charge.
Note: Measurement and payment: The pre-
measurement of thickness shall be done
just after the surface preparation is
completed and Payment under this item
shall be made only after proper wet curing
has been done and surface has been
satisfactorily evaluated by sounding /
tapping with a blunt metal instrument
and/or the 75mm size cube crushing
strength at the end of 28 days to be not less
than 30 N/Sqmm2).
11.2.1 26.32.1 12 mm average thickness. 1.80 Sqm 333.00 599.00
Total 501007.00
Add for GST @ 18% instead of 12%
with multiplication factor of 1.0633. 5232721.00
Add CI 112 for Karimnagar(112-
105)/105x100=6.67% on DSR Items 35532.00
Total 568253.00

Assistant Engineer
KCSD, CPWD, Karimnagar.
Cor NIL Ins NIL
Omi NIL Ovw NIL

AE/KCSD
161

ABSTRACT OF COST (PERCENTAGE RATE)


Name of Work : Renovation of Guest House at Jawahar Navodaya Vidyalaya,
Choppadandi, Karimnagar Dist.
NIT No : 57/EE/Hyderabad-IV/E-tender/2022-23
Estimated Cost Put
Rs. 5,68,253/-
to Tender (ECPT) :
Name of Contractor :
Percentage
Sl. Name of above / below or
Estimated Cost % in Figures Total Cost
No. Component at par the
Estimated cost
1 Civil 568253.00
Total 568253.00
Important Note:
1. The Estimated Cost Put to Tender has been worked out by taking into consideration the Cost Index of
Karimnagar [thereby enhancing by 6.67% for DSR 2021 items and considering the Market Rates for NSR items].
2. The tenderer is required to quote Percentage only above/below or at par on the Estimated Cost to cover all
the rates of all the items under the Schedule of Tender. This column should not be left blank; otherwise the
tender shall be treated as INVALID.
3. The tender shall be finalised based on percentage quoted by the agency to determine the L1.
4. The agency shall be paid based on the percentage quoted by the agency only.
5. The Percentage shall be typed only in figures upto 2 (two) places of decimal along with algebraic sign.
6. The tenderer shall enable the macros before entering the figures, to be see the quoted percentage and amount
in words.
7. If the Percentage quoted both in words and figures are not clear, or if the rate is not quoted in Percentage, the
offer will be treated as INVALID

Signature of contractor :
Name
Date
Postal Address
E-mail ID

Assistant Engineer
KCSD, CPWD, Karimnagar.

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE/KCSD
162

Cor NIL Ins NIL


Omi NIL Ovw NIL

AE EE

You might also like