NIT57 Choppadandi
NIT57 Choppadandi
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
AE/KCSD
2
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
AE/KCSD
4
AE/KCSD
5
PART - A
PART-A
AE/KCSD
6
AE/KCSD
7
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
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
AE/KCSD
8
AE/KCSD
9
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.
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
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
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
AE/KCSD
14
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.
(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:-
AE/KCSD
17
2. NIT No : 57/EE/Hyderabad-IV/E-tender/2022-23
(*To be filled by NIT approving authority /EE at the time of issue of NIT and uploaded along with NIT)
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.
(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.
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.
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.
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.
AE/KCSD
22
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.
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.
AE/KCSD
24
Tender for the work of: - Renovation of Guest House at Jawahar Navodaya Vidyalaya,
Choppadandi, Karimnagar Dist.
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.
“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.
Postal Address
Witness:
Address:
Occupation:
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)
Signatures
Dated: _____________
Designation:
AE/KCSD
27
SCHEDULES
[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.
AE/KCSD
28
SCHEDULE ‘F’
Definitions
2(xi) Standard schedule of Rates : DSR 2021 with correction slips upto date
9(ii) Standard CPWD contract Form GCC 2020 for Maintenance works,
CPWD Form 7 as amended upto last
date of submission of bid.
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
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
Note: 1. The amount so withheld may be released, if specifically requested by the contractor, on submission
of Bank Guarantee in prescribed proforma.
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
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
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
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.
AE/KCSD
32
Clause 11
Clause 12
Type of work : Repair works/Renovation works
AE/KCSD
33
AE/KCSD
34
(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.
b) Bitumen for all works : 2.5% plus only & nil on minus Side
Assistant Engineer,
KCSD, CPWD, Karimnagar.
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
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 :
Designation
Bank Seal
2. Signature ………………………………
Name and Address
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 .
AE/KCSD
38
Annexure-II
No. Dated,
To
(Name and Address of the contractor)
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……………..)
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
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
AE/KCSD
40
ANNEXURE- IV
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.
1.
2.
2.
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.
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.
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)
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.
AE/KCSD
46
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
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
i) Black Granite
a)Gangsaw
15 1361/3900 MT/M3
(above 270x above 150CM)
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
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
AE/KCSD
50
29 Silica Sand 78
30 Slate 169
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
AE/KCSD
52
AE/KCSD
53
PART – B
CIVIL COMPONENT
AE/KCSD
54
AE/KCSD
55
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.
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
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.
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.
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
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
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.
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.
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.
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.
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.
(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.
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
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.
(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.
(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
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.
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.
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.
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
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.
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.
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.
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
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.
AE/KCSD
69
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.
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.
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.
(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:-
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,
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
AE/KCSD
74
v) To avoid delay, contractor should submit all samples well in advance so as to give timely orders for
procurement.
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.
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.
AE/KCSD
75
(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.
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.
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.
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.
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
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.
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.
AE/KCSD
81
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.
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.
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.
AE/KCSD
82
10. Food should be consumed at designated areas only ensuring social distancing.
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.
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.
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.
AE/KCSD
84
2. Non-touch waste bin with disposable garbage bag should be installed for waste collection at all
common access areas.
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.
1. lmmediate shift worker to isolation room. lnform the Engineer-lncharge CPWD or his Nodal
officer.
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.
AE/KCSD
85
Annexure 1
COVID – 19 (Coronavirus) Exposure Questionnaire for New Workmen
Name Native (State, District / City, Village):
Age:
Gender:
a. Please provide your locations/travel patterns over the past 14 days in Table below:
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.
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
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)
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
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.
3.1 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
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.
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.
[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] 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.
[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
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.
6.2.1 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.
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.
7.1 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.
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.
8.1 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.
AE/KCSD
97
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.
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.
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.
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)
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
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.
(i) All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the Contractor.
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.
AE/KCSD
101
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.
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.
AE/KCSD
103
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.
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.
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.
(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
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.
2 c) to 3.5
4.5 Good
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.
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.
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.
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.
1.4. 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.
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
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.
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.
AE/KCSD
113
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.
AE/KCSD
114
AE/KCSD
115
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.
AE/KCSD
117
AE/KCSD
118
AE/KCSD
119
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.
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
AE/KCSD
122
AE/KCSD
123
62 Fly ash cement bricks Concerned CE/SE‟s will approve based on local availability.
AE/KCSD
124
AE/KCSD
125
AE/KCSD
126
AE/KCSD
127
AE/KCSD
128
AE/KCSD
129
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
AE/KCSD
130
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
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
AE/KCSD
132
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
AE/KCSD
133
AE/KCSD
134
AE/KCSD
135
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
AE/KCSD
137
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
AE/KCSD
140
AE/KCSD
141
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
AE/KCSD
143
AE/KCSD
144
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
AE/KCSD
146
*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.
AE/KCSD
147
AE/KCSD
148
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
AE/KCSD
150
AE/KCSD
151
AE/KCSD
152
AE/KCSD
153
AE/KCSD
154
AE/KCSD
155
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
AE/KCSD
157
AE/KCSD
158
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
Assistant Engineer
KCSD, CPWD, Karimnagar.
Cor NIL Ins NIL
Omi NIL Ovw NIL
AE/KCSD
161
Signature of contractor :
Name
Date
Postal Address
E-mail ID
Assistant Engineer
KCSD, CPWD, Karimnagar.
AE/KCSD
162
AE EE