Tender Document - (10+2) Court BLDG - Final
Tender Document - (10+2) Court BLDG - Final
TENDER DOCUMENT
VOLUME-I
Tenderer
1 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
STANDARD BID DOCUMENT
I N D E X
1. ADDENDUM
3. INSTRUCTIONS TO TENDERERS.
A) General.
B) Tender Document
C) Preparation of Tenders
D) Submission of Tenders
F) Award of Contract.
→ Statements (I to VII)
5. CONDITIONS OF CONTRACT.
TENDER
A) General
C) Quality Control
D) Cost Control
F) Special conditions.
6. TECHNICAL SPECIFICATIONS
7. DRAWINGS
9. FORMATS OF SECURITIES
****
Tenderer
2 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
GOVERNMENT OF TELANGANA
ROADS & BUILDINGS DEPARTMENT
Tenderer
3 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
7. Form of contract – Lump sum contract.
Note: The dates stipulated above are firm and under no circumstances they will be relaxed unless
otherwise extended by an official notification or happen to be Public Holidays.
11. Procedure for submission of Tenders:
(a) Tenderers need to contact Superintending Engineer(R&B) Circle,Yadadri Bhuvanagiri for
information on e-Procurement.
(b) Tenderers need to register on the electronic procurement market place of Government of
Telangana i.e., “https://tender.telangana.gov.in”. On registration on the e-Procurement
market place they will be provided with a user id and password by the system through which
they can submit their tenders online.
(c) While registering on the e-procurement market Place, tenderers need to scan and upload the
required documents as per the Tender requirements onto their profile.
The Tenderers who are desirous of participating in ‘e’ procurement shall submit their Technical
bids etc., in the standard formats prescribed in the Tender documents displayed at ‘e’ market
place. The Tenderers should upload the scanned copies of all the relevant certificates, documents
etc., in the ‘e’ market place in support of their Technical bids. The Tenderers shall sign on all the
statements, documents, certificates uploaded by him, owning responsibility for their correctness /
authenticity
AS per G.O.Ms. No. 174, I & CAD (PW – Reforms) Dept. Dt. 01.09.08.
1 All the Tenderers shall invariably upload the scanned copies of documents towards EMD in e–
procurement system and this will be the primary requirement to consider the bid as responsive.
2 The Department shall carry out the technical bid evaluation solely based on the uploaded
certificates / documents, documents towards EMD in the e-procurement system and open the price
bids of the responsive tenderers.
3 The Department will notify the successful tenderer for submission of original hard copies of all
uploaded documents, documents towards EMD prior to entering into agreement.
4 The successful tenderer shall invariably furnish the original documents towards EMD, certificates /
documents of the uploaded scanned copies to the Tender Inviting Authority before entering into
agreement either personally or through courier or post and the receipt of the same with in the
stipulated date shall be the responsibility of the successful tenderer. The department will not take
any responsibility for any delay in receipt / non receipt of original documents towards EMD,
certificates / documents from the successful tenderer before the stipulated time. On receipt of
documents, the department shall ensure the genuinity of the documents towards EMD and all other
certificates, documents uploaded by the tenderer in E-procurement system in support of the
qualification criteria before concluding the agreement.
5 If any successful tenderer fails to submit the original Hard copies of uploaded certificates /
documents, documents towards EMD with in the stipulated time or if any variation is noticed
between the uploaded documents and the hard copies submitted by the tenderer, the successful
tenderer will be suspended from participating in the tenders on e-procurement platform for a
period of 3 years. The e-procurement system would de-activate the user ID of such defaulting
successful tenderer based on the trigger / recommendation by the Tender Inviting Authority in the
system. Besides this the department shall invoke all processes of law including criminal
prosecution of such defaulting tenderer as an act of extreme deterrence to avoid delays in the
Tenderer
4 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
tender process of execution of the development schemes taken up by the Government. The
information to this extent may be displayed in the e-procurement platform website.
6 The successful (L1) tenderer shall furnish the original hard copies of all the documents /
certificates / statements up loaded by him before concluding agreement.
7 The tenderers shall be required to furnish a declaration in on line stating that the soft copies
uploaded by them are genuine. Any incorrectness/deviation noticed will be viewed seriously and
apart from canceling the work duly forfeiting the EMD, Criminal action will be initiated including
suspension of business.
8 The data filled by the tenderer in the online form shall be the sole criteria for the evaluation of
responsiveness and assessing the bid capacity and any other supplemental data shall not be
accepted by the tender accepting authorities for evaluation.
9 The tenderer is solely responsible for the correctness of the particulars furnished online bid form.
10 Such uploaded documents pertaining Technical Bid need to be attached to the tender while
submitting the bids on line. All the tenderers shall invariably upload the scanned copies of
documents to wards EMD in e-procurement system and this will be the primary requirement to
consider the tender as responsive. The Department shall carry out the technical bid evaluation
solely based on the uploaded certificates/documents, documents towards EMD
and open the price bids of the responsive tenderers. The Department will notify the Successful
tenderer for submission of original hard copies of all uploaded documents, documents towards
EMD prior to entering into agreement.
(d) Steps for registration and submission of bids are described in detail in the “Tenderers Training
Booklet” available with the department as well as at the above web site.
12. To qualify for consideration of the contract each tenderer should fulfill the following
criteria:
a) The tenderer shall have the following class registration in Civil from Govt. of Telangana
i. GO Ms No 94, I &CAD (PW-CAD) dt.01-7-2003, Special Class (Civil)
ii. GO MS No. 66, I&CAD (REFORMS) department, dated 20.04.2015, Special Class (Civil)
The tenderer has to furnish the Partnership deed in case of firms & Article of Association
in case of registered companies.
b) The bidder should have satisfactorily completed similar works of value not less than
Rs. 172,79,53,777/- as a Prime Contractor in the same name and style in any one year
during the last ten financial years 2015-2016 to 2024-2025 updated to 2025-2026 price
level. Sub contractor’s / GPA holder’s experience shall not be taken into account.
Tenderer
5 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
The contractor or his identified sub-contractor shall have electrical license of ‘A’
grade and up to 11KVA.
e) The tenderer shall submit details of existing Commitments of works and Statement of
works for which tenders are submitted as per the Proforma available in the tender
schedules along with supporting documents certified by an officer of rank equivalent to
Executive Engineer concerned and countersigned by officer of rank equivalent to
Superintending Engineer or higher showing the balance value of work to be done and
balance period of completion.
f) The Bidder should have executed the minimum quantities of items of work as given
below in any one year during the financial years 2015-2016 to 2024-2025.
The bidder shall enclose certificate issued by the Engineer-in-Charge of the
State/Central Government Departments/CPWD/MES/PSUs not below the rank of
Executive Engineer or equivalent and countersigned by the officer of the rank of
Superintending Engineer or equivalent.
Sl. Min. Qty. of item
Item
No required
1 VRCC in Cum 17,198 cum
2 VRCC in Sqm 56,555 sqm
3 PCC in Cum 3,131 cum
4 Earth Work 60,952 cum
5 Reinforcement steel 4,063MT
6 Masonry Work 12,757 cum
7 Plastering 1,51,174 sqm
g) The tenderer should further demonstrate availability (either owned or leased) of the
following key and critical equipment.
Total
Equipment
Sl. Equipment
Item Required at One
No required at 12
site
sites
1 Steel centering 5,000Sqm 60,000Sqm
2 Pin Vibrators 4Nos. 48Nos.
3 Pan Vibrators 4Nos. 48Nos.
4 Batching plant 30.00 Cum/Hr capacity 1No. 12Nos.
5 Concrete Mixers 2Nos. 24 Nos.
6 Concrete Pump 1No. 12Nos.
7. QC lab 1No. 12 Nos
The tenderer has to submit either a certificate issued by the Executive Engineer
not earlier than one year from date of submission of bids in support of owning
machinery (or) a declaration on non-judicial stamp paper worth Rs.100/- as prescribed
In Statement – V along with sufficient proof of owning such as invoice/certificate of
registration by the competent authority in support of the critical equipment or the lease
deed along with sufficient proof of owning the machinery.
h) The tenderer has to furnish the availability of the following key technical personal with
adequate experience:
Total key
Key technical
technical
Sl. personnel
key technical personal personnel
No Required at One
Required at 12
site
sites
Graduate Engineers(Civil) with not less 60 Nos (5 Nos
1 5 Nos
than 5years of experience at each site)
Graduate Engineers(Electrical) with 12 Nos (1 No at
2 1 No
not less than 5years of experience each site)
j) The tenderer should furnish copy of permanent account number (PAN) and copy of
latest Income Tax returns submitted along with proof of receipt.
k) The tenderer should submit the particulars in the format specified in the tender
schedule along with necessary certificates.
Tenderer
6 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
m) Liquid assets/credit Facilities/Solvency certificate from Nationalized Bank/Schedule
banks of value not less than Rs.86,39,76,888/-issued not earlier than one year from
date of submission of tender document.
p) Assessed available Bid capacity as per formula (2AN-B) should be greater than the
Estimated Contract Value as specified in the Tender Document.
q) The details and certificates are to be furnished as per the Proforma available in the
tender schedules.
The tenderer is subjected to be black listed and the EMD forfeited if he is found to have
misled or furnished false information in the forms / statements / certificates submitted in proof
of qualification requirements or record of performance such as abandoning of work , not
properly completed in earlier contracts, inordinate delays in completion of the works, litigation
history and / or financial failures and /or participated in the previous tendering for the same
work and had quoted unreasonable high bid prices
Even while execution of the work, if found that the contractor had produced false/fake
certificates of experience he will be black listed and the contract will be terminated and his EMD
will be forfeited.
Note : The certificates in support of Group of works, Similar works, water supply sanitary works
experience, experience in electrical works & existing commitments , certificates in support of
quantities executed must be in State/Central Government Departments or State/Central
Government undertakings / CPWD/MES/PSUs only issued by the concerned Executive
Engineer and counter signed by the Superintending Engineer or equivalent authority.
13. The participating tenderers shall electronically pay the transaction fee of Rs.29,500/-i.e., 0.03%
of E.C.V plus 18.00% GST in favour of M/s Vupadhi Technologies, Hyderabad through payment
gateway of ICICI Bank, HDFC bank and Axis bank for providing online payment service through e-
procurement. The payment of transaction fee by the participating Tenderers through the electronic
payment Gateway to the service provider is made mandatory as per GO Ms No 13 information
technology & communication department, e-procurement dated 05-07-2006 & GO Ms No 11 IT & C
department dated 5-5-2007.
14 The successful tenderer shall pay Corpus fund charges towards ‘e’ procurement services at
0.04% of estimated contract value with a cap of Rs.10,000/- for all works with estimated contract
value up to Rs.50.00 Crores and Rs. 25,000/- for works with estimated contract value above Rs.
50.00 Crores. towards ‘e’ procurement corpus fund on eProcurement platform through Payment
Gateway)
15. The contribution to the corpus fund on National Academy of Construction, Hyd component
loaded in part ‘B’ of the estimate shall be added in each bill of the contractor & will be recovered
from contractor’s bills as per GO Ms No. 19, T, R&B Dept, Dt: 24.04.2015 at 0.1% over ECV.
Any further information can be obtained from the office of the Superintending Engineer(R&B)
Circle, Yadadri Bhuvanagiri.
15.a) The contribution towards Telangana Green Fund i.e 0.01% from the work bills shall be
deducted which is not reimbursable. Accordingly, no provision shall be made in the estimates
Tenderer
7 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
as per GO Ms No. 17, Irrigation and CAD (Reforms) Dept; Dt. 13.05.2022 and GO Ms No, 17,
Finance (T&R) Dept; Dt. 18.02.2022
i) The Tenderers who are desirous of participating in e-procurement shall submit their Technical
bids, price bids etc., in the Standard formats prescribed in the Tender documents, displayed at e-
market place. The tenderers should upload the scanned copies of documents in support of their
Technical bids.
ii) The Department will not hold any risk and responsibility for the loss in transit during uploading
of the scanned document, for the invisibility of the scanned document online, and any other
problem(s) encountered by the Tenderers while submitting his bids online.
iii) The tenderers shall authenticate the bid with his digital certificate for submitting the bid
electronically on e-Procurement platform and the bids not authenticated by digital certificate of
the tenderer will not be accepted on the e-Procurement platform.
INSTRUCTIONS TO TENDERERS
A – GENERAL
1. Scope of work :
a) Brief description and location of work:
Construction of (10+2) Court Building Complexes including Family and
POCSO Court under Nyaya Nirman Plan in the Twelve (12) Districts
Viz., Mancherial, Nirmal, Rajanna Sircilla, Peddapally, Mahabubnagar,
Jogulamba Gadwal, Wanaparthy, Yadadri Bhuvanagiri, Jayashankar
Bhupalapally, Mulugu, Jangoan, Vikarabad.
Principal Components of the work: Civil Work, Water Supply and Sanitary & Road
work, Electrical arrangements,
b) ECV put to tender: Rs. 691,18,15,105/-
c) Break up of cost of major items covered in the ECV.
Civil Work: Rs. 563,70,96,646/-
Water Supply & Sanitary: Rs. 7,01,15,079/-
Electrical: Rs. 120,46,03,379/-
Total Rs. 691,18,15,105/-
Tenderer
8 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Nirmal Construction of 10 + 2 489546594 5826178.00 100275770.00 595648542
Court Complex
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Siddapur(V) in Nirmal
District.
Siricilla Construction of 10 + 2 493153860 5820193.00 100275770.00 599249823
Court Complex
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Rajanna Sircilla in
Rajanna Sircilla District.
Peddapally Construction of 10 + 2 481437672 5838635 98575771 585852078
Court Complex
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Pedappally in Pedapally
District
Mahaboob Construction of 10 + 2 476664105.00 5855127.00 100275770.00 582795002
nagar Court Complex
including Family Court
and POCSO Court at
Bandlamedipally (V),
Mahaboobnagar
District
Gadwal Construction of 10 + 2 428977532.00 5833175.00 100275770.00 535086477
Court Complex
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Pudur(V) in Jogulamba
Gadwal District.
Wanaparth Construction of 10 + 2 425413046.00 5833175.00 100275770.00 531521991
y Court Complex
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Nagavaram (V) ,
Wanaparthy District ,
Telangana.
Bhongir Construction of 10 + 2 487502505.65 5864456.00 100269751.07 593636713
Court Complex
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Bhongir in Bhongir
District.
Bhupalpall Construction of 10 + 2 590501771
y Court Complex 484,390,114.00 5,835,887.0 100,275,770.0
0 0
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Jayashankar
Bhupalpally District.
Mulugu Construction of 10 + 2 599950226
Court Complex 493,844,592.00 5,829,864.0 100,275,770.0
including Family Court 0 0
and POCSO Court under
Nyay Nirman Plan at
Mulugu District.
Tenderer
9 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Jangaon Construction of 10 + 2 473021875.79 5864456.00 100269751.07 579156083
Court Complex
including Family Court
and POCSO Court under
Nyay Nirman Plan at
Jangoan in Jangoan
District.
Vikarabad Construction of 10 + 2 547291747
Court Complex 441,170,927.00 5,845,050.0 100,275,770.0
including Family Court 0 0
and POCSO Court under
Nyay Nirman Plan at
Vikarabad District.
Total 5637096646.00 70115079.0 1204603380.0 6911815105
0 0
Tenderer
10 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
documents towards EMD and all other certificates/documents uploaded by the tenderer in
support of qualification criteria before concluding agreement.
2.4 If the successful tenderer fails to submit the original hard copies towards EMD and other
documents with in the stipulated time, the successful tenderer will be suspended from
participating in the tenders on e-procurement for a period of three years. The e-procurement
system will deactivate the user ID of such defaulting successful tenderer based on the
trigger/recommendation by the tender inviting authority and also criminal prosecution shall be
invoked.
2.5 The tenderers shall be required to furnish a declaration in online stating that the soft copies
uploaded by them are genuine. Any incorrectness / deviations noticed will be viewed seriously
and apart from canceling the work duly forfeiting the EMD, Criminal action will be initiated
including suspension of business.
2.6 The successful tenderer is expected to complete the work within the time period specified in
the NIT.
3. Firms Eligible to Tender:
3.1 The Firms who
i) Possess the valid registration in the class and category mentioned in the Tender Notice
and satisfy all the conditions therein.
ii) are not blacklisted or debarred or suspended by the Government for whatever the
reason, prohibiting them not to continue in the contracting business.
iii) have complied with the eligibility criteria specified in the Tender Notice
are the eligible tenderers.
Tenderer
11 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
3. Brother-in-law, and sister-in-law.
4. Brothers and Sisters.
5. Father and Mother.
6. Wife / Husband.
7. Father-in-law and Mother-in-law
8. Nephews, nieces, uncle and aunts
9. Cousins and
10. Any person residing with or dependent on the contractor.
The tenderer shall have the following class registration in Civil from Govt. of Telangana
GO MS No. 66, I&CAD (REFORMS) department, dated 20.04.2015 Special Class (Civil)
The tenderer has to furnish the Partnership deed in case of firms & Article of Association
in case of registered companies.
c) The bidder should have satisfactorily completed similar works of value not less than
Rs. 172,79,53,777/- as a Prime Contractor in the same name and style in any one year
during the last Ten financial years 2015-2016 to 2024-2025 updated to 2025-2026
price level. Sub contractor’s / GPA holder’s experience shall not be taken into account.
The works shall be in any State Govt./Central Govt./CPWD/MES/PSUs and the
tenderer has to furnish the experience certificates issued an officer of rank equivalent to
Executive Engineer concerned and countersigned by officer of rank equivalent to
Superintending Engineer or higher
Tenderer
12 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
The contractor or his identified sub-contractor shall have electrical license of ‘A’
grade and up to 11KVA.
h) The tenderer shall submit details of existing Commitments of works and Statement of
works for which tenders are submitted as per the Proforma available in the tender
schedules along with supporting documents certified by an officer of rank equivalent to
Executive Engineer concerned and countersigned by officer of rank equivalent to
Superintending Engineer or higher showing the balance value of work to be done and
balance period of completion.
i) The Bidder should have executed the minimum quantities of items of work as given
below in any one year during the financial years 2015-2016 to 2024-2025.
The bidder shall enclose certificate issued by the Engineer-in-Charge of the
State/Central Government Departments/ CPWD/MES/PSUs not below the rank of
Executive Engineer or equivalent and countersigned by the officer of the rank of
Superintending Engineer or equivalent.
Sl. Min. Qty. of item
Item
No required
1 VRCC in Cum 17,198 cum
2 VRCC in Sqm 56,555 sqm
3 PCC in Cum 3,131 cum
4 Earth Work 60,952 cum
5 Reinforcement steel 4,063MT
6 Masonry Work 12,757 cum
7 Plastering 1,51,174 sqm
j) The tenderer should further demonstrate availability (either owned or leased) of the
following key and critical equipment.
Total
Equipment
Sl. Equipment
Item Required at One
No required at 12
site
sites
1 Steel centering 5,000Sqm 60,000Sqm
2 Pin Vibrators 4Nos. 48Nos.
3 Pan Vibrators 4Nos. 48Nos.
4 Batching plant 30.00 Cum/Hr capacity 1No. 12Nos.
5 Concrete Mixers 2Nos. 24 Nos.
6 Concrete Pump 1No. 12Nos.
7. QC lab 1No. 12 Nos
The tenderer has to submit either a certificate issued by the Executive Engineer
not earlier than one year from date of submission of bids in support of owning
machinery (or) a declaration on non-judicial stamp paper worth Rs.100/- as prescribed
In Statement – V along with sufficient proof of owning such as invoice/certificate of
registration by the competent authority in support of the critical equipment or the lease
deed along with sufficient proof of owning the machinery.
k) The tenderer has to furnish the availability of the following key technical personal with
adequate experience:
Total key
Key technical
technical
Sl. personnel
key technical personal personnel
No Required at One
Required at 12
site
sites
Graduate Engineers(Civil) with not less 60 Nos (5 Nos
1 5 Nos
than 5years of experience at each site)
Graduate Engineers(Electrical) with 12 Nos (1 No at
2 1 No
not less than 5years of experience each site)
m) The tenderer should furnish copy of permanent account number (PAN) and copy of
latest Income Tax returns submitted along with proof of receipt.
Tenderer
13 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
n) The tenderer should submit the particulars preferably in the format specified in the
tender schedule along with necessary certificates.
s) Assessed available Bid capacity as per formula (2AN-B) should be greater than the
Estimated Contract Value as specified in the Tender Document.
t) The details and certificates are to be furnished as per the Proforma available in the
tender schedules.
u) The particulars of quality control testing Lab owned / tie up with established quality
control testing laboratories in Statement - VIII.
w) The tenderers shall be required to furnish a declaration in online stating that the soft
copies uploaded by them are genuine. Any incorrectness / deviations noticed will be
viewed seriously and apart from cancelling the work duly forfeiting the EMD, Criminal
action will be initiated including suspension of business.
Any other details can be obtained from the Office of the Superintending Engineer(R&B)
Circle,Yadadri Bhuvanagiri
Note: a) The tenderer shall sign all the statements /documents and certificates uploaded
by him owning the responsibility for their correctness/ authenticity.
b) Tenders from Joint Ventures are not accepted.
Note 1 : The certificates in support of similar work experience, prime quantities, existing
commitments, must be in State/Central Government Departments or State/Central
Government / CPWD / MES / PSUs only issued by the concerned Executive Engineer and
counter signed by the Superintending Engineer or equivalent authority. The GPA
experience shall not be taken into account in determining the tenderers compliance
with qualifying criteria.
Note 2 : Weightage of 10% per annum should be given for the annual turnover, single work
experience, experience of contractor or his sub-contractor in building works to bring them to
present price level.
N= Number of years prescribed for completion of the work for which Tenders are invited (
24 months/12 ).
B= Updated value (at current price level), of all existing commitments i.e., on going works,
works likely to be awarded to be executed during the next 12months (Period of
completion for which tenders are invited).
Annual turnover cost of completed works and balance works on hand etc., shall be updated by
giving weightage of 10% per year to bring them to current price level
No relaxation will be given to any of the qualification criteria.
Note: a) Sub-contractor’s experience in his name will be taken in to account in determining the
tenderer’s compliance to the qualification criteria, if it is as per GO Ms No. 94, dated:
01/07/2003.
b) The experience gained in a registered JV firm to the extent of the tenderer’s share
shall be considered if the tenderer happens to be the lead partner for similar works
criteria also.
7. Even though the tenderers meet the above qualifying criteria, they are liable to be disqualified /
debarred / suspended / blacklisted if they have
• Furnished false / fabricated particulars in the forms, statements and /annexures submitted in
proof of the qualification requirements and/or
• Not turned up for entering into agreement, when called upon
• record of poor progress such as abandoning the work, not properly completing the contract,
inordinate delays in completion, litigation history or financial failures etc. and/or
• participated in the previous bidding for the same work and had quoted unreasonably high
tender percentage and
• even while execution of the work, if found that the work was awarded to the Contractor
based on false / fake certificates of experience, the Contractor will be blacklisted and work
will be taken over invoking clause 61 of PS to APSS.
8. Tenders with an excess of above 5% of the estimated contract value shall summarily be
rejected.
9. The contract price is inclusive of all overhead charges and include the following
elements:
• Site accommodation, setting up plant, access road, water supply,
electricity and general site arrangements.
• Office furniture, equipment and communications.
Expenditure on
• Corporate office of Contractor.
• Technical agents for site supervision.
Tenderer
15 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
• Documentation and “as built” drawings.
• Mobilization/ de-mobilization of resources.
• Labour camps with minimum amenities and transportation to
work sites .
• Light vehicles for site supervision including administrative and
managerial requirements
• Laboratory equipment and quality control including field and
laboratory testing. (For all the works costing more than Rs.
2.00Crores contractors have to establish Quality Control
laboratory).
• Minor T & P and survey instruments and setting outworks, including verification of line,
dimensions, etc.
• Watch and ward.
• Traffic management/ Safety management during construction.
• Expenditure on safeguarding environment.
• Sundries.
• Financing Expenditure.
10. Wherever the audit parties of A.G point out that the contractor is unintendedly
benefitted, then the department is empowered to recover the same amount from the
Contractor and it is binding on the contractor.
11. For tenders up to 25% less than the estimated contract value of work, no additional security
deposit is required. But for tenders less than 25% of the estimated Contract Value of work, the
difference between the tendered amount and 75% of the estimated contract value, shall be
paid by the successful tenderer at the time of concluding agreement as an additional security to
fulfill the contract through a Bank Guarantee or Demand Draft on a Nationalised Bank /
Scheduled bank in the prescribed format valid till completion of the work in all respects
12. a) If the percentage quoted by a tenderer is found to be either abnormally high or within
the permissible ceiling limits prescribed but under collusion or due to unethical practices adopted at
the time of tendering process, such tenders shall be rejected.
b) A tenderer submitting a Tender which the tender accepting authority considers excessive and or
indicative of insufficient knowledge of current prices or definite attempt of profiteering will render
himself liable to be debarred permanently from tendering or for such period as the tender accepting
authority may decide.
c) The tenderer overall percentage should be based on the controlled prices for the materials, if any,
fixed by the Government or the reasonable prices permissible for the tenderer to charge a private
purchaser under the provisions of clause-6 of the hoarding and profiteering prevention ordinance of
1943 as amended from time to time and on similar principle in regard to labour supervision on the
construction.
13. CONDITIONAL TENDER
Conditional tenders are not accepted. Submission of tender would be construed as acceptance to all
the terms and conditions of the tender which include conditions of contract, drawings and
accompanying specifications.
B. TENDER DOCUMENT
17. Contents of Tender document.
One set of Tender document, comprises of the following:
Technical bid
1) Notice Inviting Tenders (NIT)
2) Instruction to Tenderer
3) Forms of Tender and qualification information
4) Conditions of Contract.
5) Specifications.
6) Drawings.
7) Forms of Securities. i.e., EMD, Additional Security etc.
Price bid
Bill of Quantities and Price bid.
18. Clarification on Tender Documents
A prospective Tenderer requiring any clarification on Tender documents may contact the Tender
inviting Officer at the address indicated in the NIT. The Tender inviting Officer will also respond to
any request for clarification, received through post.
19. Amendment to Tender Documents
a. Before the last date for submission of Tenders, the Tender Inviting Officer may modify any of the
Contents of the Tender Notice, Tender documents by issuing amendment / Addendum.
b. Any addendum/amendments issued by the Tender Inviting Officer shall be part of the Tender
Document and it shall be attached to the Tender Notice on web site (i.e) eprocurement.gov.in
c. To give prospective Tenderers reasonable time to take an addendum into account in preparing
their bids, the Tender Inviting Officer may extend if necessary, the last date for submission of
tenders.
C. PREPARATION OF TENDERS.
20. Language of the Tender.
All documents relating to the tender shall be in the English Language only.
21. Documents comprising of the Tender.
a. The tenderers who are desirous of participating in e-procurement shall submit their
technical bids, price bids etc., in the standard prescribed format in the tender documents,
displayed at e market place. The tenderers should upload the scanned copies of all the relevant
certificates, documents etc., in the e market place in support of their technical bids. The tenderers
shall sign on all the statements, documents, certificates, uploaded by him, owning responsibility
for their correctness/authenticity.
b. If any of the certificates, documents etc., furnished by the tenderer are found to be
false/fabricated/bogus, the tenderer will be black listed and the EMD forfeited.
c. The technical bids will be opened online by the Superintending Engineer(R&B) Circle,Yadadri
Bhuvanagiri or his authorized representative at the time and date as specified in the tender
documents. All the statements, documents, certificates, BGs etc., uploaded by the tenderers will be
down loaded for technical evaluation. The clarifications, particulars if any required from the
Tenderer
17 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
tenderers will be obtained in the conventional method by addressing the tenderers. The technical
bids will be evaluated against the specified parameters/ criteria, same as in the case of conventional
tenders and the technically qualified tenderers will be identified. The result of technical bid
evaluation will be displayed on the e market place, which can be seen by all the tenderers who
participated in the tenders.
Tenderer
18 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
e) G.S.T as levied by the Government of India on transaction fee, electronic payment gateway charges are
to be borne by the tenderers.
24. Charges payable to TSTS:
The successful tenderer shall pay Corpus fund charges towards ‘e’ procurement services at 0.04%
of estimated contract value with a cap of Rs.10,000/- for all works with estimated contract value
up to Rs.50.00 Crores and Rs. 25,000/- for works with estimated contract value above Rs. 50.00
Crores. towards ‘e’ procurement corpus fund on eProcurement platform through Payment
Gateway)
The above fee is payable by the successful tenderer through a DD drawn in favour of MD, TSTS,
Hyderabad at the time of conclusion of the agreement. The said DD shall be sent to M/s TSTS by the
Superintending Engineer(R&B), Headquarters Circle, Hyderabad who is entering into agreement with the
successful tenderer. Suitable provision is made in the estimate of the concerned work to meet the above
expensed by the tenderer.
25. Validity of Tenders:
a. Tenders shall remain valid for a period of not less than three months from the last date for receipt of
Tender specified in NIT.
b. During the above-mentioned period no plea by the tenderer for any sort of modification of the tender
based upon or arising out of any alleged misunderstanding of misconceptions or mistake or for any
reason will be entertained.
c. In exceptional circumstances, prior to expiry of the original time limit, the Tender Inviting Officer may
request the tenderers to extend the period of validity for a specified additional period. Such request
to the Tenderers shall be made in writing. A Tenderer may refuse the request without forfeiting his
E.M.D. A Tenderer agreeing to the request will not be permitted to modify his Tender, but will be
required to extend the validity of his E.M.D. for a period of the extension.
Tenderer
19 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Guarantee on a Nationalised / Scheduled Bank, shall be valid for the duration of contract period plus
defect liability period of two years and in case any valid extension of contract period is granted, the
validity of BG shall also be extended for the corresponding period. The Bank Guarantee on Nationalised /
Scheduled Bank furnished by the tenderer towards additional security amount shall be valid till the work
is completed in all respects.
c) The E.M.D. shall be forfeited.
i. if the Tenderer withdraws the Tender during the validity period of Tender.
ii. in the case of a successful Tenderer, if he fails to sign the Agreement for whatever the reason.
d. In consideration of the Executive Engineer / Superintending Engineer/Chief Engineer/
Commissionerate of Tenders undertaking to investigate and to take into account each tender and in
consideration of the work thereby involved, all earnest monies deposited by the tenderer will be forfeited
to the Department in the event of such tenderer either modifying or with-drawing his tender at his
instance within the said validity period of three months.
29. Signing of Tenders
a) If the tender is made by an individual, it shall be signed with his full name and his address shall be
given. If it is made by a firm, it shall be signed with the co-partnership name by a member of the firm,
who shall also sign his own name, and the name and address of each member of the firm shall be given, if
the tender is made by a Department it shall be signed by a duly authorised officer who shall produce with
his tender satisfactory evidence of his authorisation. Such tendering Department may be required before
the contract is executed, to furnish evidence of its corporate existence. Tenders signed on behalf of G.P.A
holder will be rejected.
b. The tender shall contain no alterations or additions, except those to comply with instructions
issued by the tender inviting officer, or as necessary to correct errors made by the tenderer, in which case
all such corrections shall be initialed by the person signing the tender.
c. No alteration which is made by the tenderer in the contract form, the conditions of the contract,
the drawings, specifications or statements / formats or quantities accompanying the same will be
recognised, and, if any such alterations are made the tender will be void.
D. SUBMISSION OF TENDERS.
30. Submission of Tenders:
a) As per the directions issued by the Government in GO MS No.174 I&CAD (PW-REFORMS) dated
1.9.2008, submission of original hard copies of the uploaded scan copies of DD/BG towards EMD by
participating tenderers to the tender opening authority before opening of the price bid is dispensed
with. All the tenderers shall invariably upload the scanned copies of documents towards EMD in e-
procurement system will be the primary requirement to consider the bid as responsive. The
Department shall carry out the technical bid evaluation solely based on the uploaded
certificates/documents, Documents towards EMD and open the price bids of the responsive tenderers.
The Department will notify the Successful tenderer for submission of original hard copies of all
uploaded documents, Documents towards EMD prior to entering into agreement. The tenderer shall
invariably ensure that the following are documents/Certificates are uploaded.
b) The documents towards EMD issued by the nationalized banks/schedule commercial banks
which is valid for a period of 6 months from the date of Tender Notice.
31. The tender shall invariably ensure that the following documents are uploaded on line. The technical
bid evaluation of tenderers will be done on the certificates /documents /statements uploaded through
online towards qualification criteria furnished by them.
a) Check slip to accompany the tender (in Annexure-I).
b) Attested copies of documents relating to the Registration of the firm, Registration as Civil
Contractor, Partnership deed, Articles of Association
Note: The Partnership firms, which are registered as Contractors shall intimate the
change in partnership deed, if any as per G.O.Ms.No.58, I & CAD dated 2-04-2002 within
one month of such change. Failure to notify the change to the registration authority in
time will entail the firms to forfeit their registration and their tender will be rejected.
Tenderer
20 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
The intimation of change of partners if any and the acceptance by the Registration
authority may be enclosed.
The tenderer shall have the following class registration in Civil from Govt. of Telangana
The tenderer has to furnish the Partnership deed in case of firms & Article of Association
in case of registered companies.
c) The bidder should have satisfactorily completed similar works of value not less than
Rs. 172,79,53,777/- as a Prime Contractor in the same name and style in any one year
during the last ten financial years 2015-2016 to 2024-2025 updated to 2025-2026 price
level. Sub contractor’s / GPA holder’s experience shall not be taken into account.
The works shall be in any State Govt./Central Govt./CPWD/MES/PSUs and the
tenderer has to furnish the experience certificates issued by competent authority in
support of the value of work experience.
f) The tenderer shall submit details of existing Commitments of works and Statement of
works for which tenders are submitted as per the Proforma available in the tender
schedules along with supporting documents certified by an officer of rank equivalent to
Executive Engineer concerned and countersigned by officer of rank equivalent to
Superintending Engineer or higher showing the balance value of work to be done and
balance period of completion.
g) The Bidder should have executed the minimum quantities of items of work as given
below in any one year during the financial years 2015-2016 to 2024-2025.
The bidder shall enclose certificate issued by the Engineer-in-Charge of the
State/Central Government Departments/ CPWD/MES/PSUs not below the rank of
Executive Engineer or equivalent and countersigned by the officer of the rank of
Superintending Engineer or equivalent.
Sl. Min. Qty. of item
Item
No required
1 VRCC in Cum 17,198 cum
2 VRCC in Sqm 56,555 sqm
3 PCC in Cum 3,131 cum
4 Earth Work 60,952 cum
5 Reinforcement steel 4,063MT
6 Masonry Work 12,757 cum
7 Plastering 1,51,174 sqm
h) The tenderer should further demonstrate availability (either owned or leased) of the
following key and critical equipment.
Tenderer
21 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Total
Equipment
Sl. Equipment
Item Required at One
No required at 12
site
sites
1 Steel centering 5,000Sqm 60,000Sqm
2 Pin Vibrators 4Nos. 48Nos.
3 Pan Vibrators 4Nos. 48Nos.
4 Batching plant 30.00 Cum/Hr capacity 1No. 12Nos.
5 Concrete Mixers 2Nos. 24 Nos.
6 Concrete Pump 1No. 12Nos.
7. QC lab 1No. 12 Nos
The tenderer has to submit either a certificate issued by the Executive Engineer
not earlier than one year from date of submission of bids in support of owning
machinery (or) a declaration on non-judicial stamp paper worth Rs.100/- as prescribed
In Statement – V along with sufficient proof of owning such as invoice/certificate of
registration by the competent authority in support of the critical equipment or the lease
deed along with sufficient proof of owning the machinery.
i) The tenderer has to furnish the availability of the following key technical personal with
adequate experience:
Total key
Key technical
technical
Sl. personnel
key technical personal personnel
No Required at One
Required at 12
site
sites
Graduate Engineers(Civil) with not less 60 Nos (5 Nos
1 5 Nos
than 5years of experience at each site)
Graduate Engineers(Electrical) with 12 Nos (1 No at
2 1 No
not less than 5years of experience each site)
k) The tenderer should furnish copy of permanent account number (PAN) and copy of
latest Income Tax returns submitted along with proof of receipt.
l) The tenderer should submit the particulars preferably in the format specified in the
tender schedule along with necessary certificates.
q) Assessed available Bid capacity as per formula (2AN-B) should be greater than the
Estimated Contract Value as specified in the Tender Document.
r) The details and certificates are to be furnished as per the Proforma available in the
tender schedules.
s) The particulars of quality control testing Lab owned / tie up with established quality
control testing laboratories in Statement - VIII.
Tenderer
22 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
capability of execution and completion of the work as per technical specifications within
the stipulated period of completion as per milestones.
u) The tenderers shall be required to furnish a declaration in online stating that the soft
copies uploaded by them are genuine. Any incorrectness / deviations noticed will be
viewed seriously and apart from cancelling the work duly forfeiting the EMD, Criminal
action will be initiated including suspension of business.
Note 1 : The certificates in support of similar work experience, prime quantities, existing
commitments etc must be in State/Central Government Departments or State/Central
Government/ CPWD / MES / PSUs only issued by the concerned Executive Engineer and
counter signed by the Superintending Engineer or equivalent authority. The GPA
experience shall not be taken into account in determining the tenderers compliance
with qualifying criteria.
Any incorrectness / deviation noticed in the soft copies will be viewed seriously and
apart from cancelling the tender duly forfeiting the EMD, criminal action will be initiated
including suspension of business.
32. a) The tenderers who desire to participate in e-procurement should upload the scanned
copies in the prescribed formats of tender documents, in support of eligibility in the
prescribed formats of tender documents, in support of eligibility for opening of their price
bid, as mentioned in the clause 30. The tenderers shall sign on all the statements,
documents, certificates which are uploaded by them owing responsibility for their
correctness / authenticity. The documents uploaded online will only be considered for
evaluation as per G.O.Ms.No.174, Irrigation & CAD (PW-Reforms) Department, Dated
1.9.2008.
b) The Department will not hold any risk and responsibility for the loss in transit during
uploading of the scanned document, for the invisibility of the scanned document online, and
any other problem(s) encountered by the Tenderers while submitting his bids online.
c) Related certificates, documents etc., duly self attested are to be scanned and uploaded on to the
e-procurement platform at https://tender.telangana.gov.in in support of items mentioned in
clause 31.
d) Any other condition regarding receipt of tenders in conventional method appearing in Tender
document may be treated as Non-applicable.
33. Last date / time for Submission of the Tenders.
a) Tenders must be submitted online not later than the date and time specified in the Tender Notice
/ Tender Document.
b) The Superintending Engineer or his nominee may extend the date for receipt of Tenders by
issuing an amendment in which case all rights and obligations of the Superintending Engineer
and the Tenderers will remain same as previously.
34 Late Tenders.
Tenders will not be received after the last date / time prescribed in NIT / Tender Document.
Tenderer
23 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
be evaluated against the specified parameters / criteria same as in the case of conventional tenders and
the technically qualified tenderers will be identified.
36.2 The tenderers or their authorized representatives can be present at the time of opening of the
tenders. Either the tenderer himself or one of his representative with proper authorization only will be
allowed at the time of tender opening. If any of the tenderer is not present at the time of opening of
tenders, the tender opening authority will, on opening the tender of the absentee tenderer, reads out and
record the deficiencies if any, which shall be binding on the tenderer.
36.3 The technical bid containing qualification requirements as per Annexure - I & II and Statement I
to VII will be evaluated by the tender opening authority and the minutes are recorded which will
be signed by the tender opening authority as well as tenderers or their
37 Clarification on the Technical Bid.
37.1 The tender opening authority may call upon any tenderer for clarification on the statements,
documentary proof relating to the technical bid. The request for clarification and response thereto shall
be in writing and it shall be only on the qualification information uploaded online by the tenderer. The
clarification called for from the tenderers shall be furnished within the stipulated time, which shall not be
more than a week.
37.2 The tenderer if so desirous, shall agree in writing to furnish the clarification called for within the
stipulated time and, for disqualification and rejection of his tender in the event of failure to do so.
38 Examination of technical Bids and Determination of Responsiveness
38.1 The Superintending Engineer or his nominee will evaluate whether each Tenderer is satisfying
the eligibility criteria prescribed in the tender document and declares them as a qualified Tenderer if he
satisfies the eligibility criteria.
38.2 If the technical bid of a Tenderer is not satisfying any of the eligibility criteria it will be rejected
by the Superintending Engineer. However, the tender accepting authority detects any error in
the evaluation of Tenders by Superintending Engineer, the tender accepting authority while
returning the tenders may direct the Superintending Engineer or Chief Engineer as the case may
be, to re-evaluate the tenders.
38.3 If any alteration is made by the tenderer in the tender documents, the conditions of the contract,
the drawings, specifications or statements / formats or quantities the tender will be rejected.
39 Price Bid Opening:
39.1 Only the Price Bids of qualified Tenderers whose technical Bids are found satisfying the
eligibility criteria shall be opened in the presence of the qualified Tenderers or their authorized
representatives present on the date and time fixed. The bid offers are read out and minutes recorded and
the signatures of the Tenderers present are taken in the minutes.
39.2 The Price Bid of the Unqualified Tenderers will not be opened.
39.3 Tenders shall be scrutinized in accordance with the conditions stipulated in the Tender
document. In case of any discrepancy of non-adherence conditions the Tender accepting
authority shall communicate the same which will be binding both on the tender opening
authority and the Tenderer. In case of any ambiguity, the decision taken by the Tender
Accepting Authority on tenders shall be final.
Tenderer
24 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
40.3 Selection of Tenderer among the lowest & equally quoted tenderers will be in the following
orders:
a) The tenderer whose bid capacity is higher will be selected.
b) In case the bid capacity is also same the tenderer whose annual turnover is more will be
preferred.
c) Even if the criteria incidentally become the same, the turnover on similar works and
thereafter machinery available for the work and then the clean track record will be
considered for selection.
Tenderer
25 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
F. AWARD OF CONTRACT
43 Award Criteria
43.1 The Superintending Engineer / Chief Engineer will award or recommend to the competent
tender accepting authority for award of the contract to the Tenderer who is found technically qualified as
per the Tender conditions and whose price bid is lowest.
43.2 The tender accepting authority reserves the right to accept or reject any Tender or all tenders
and to cancel the Tendering process, at any time prior to the award of Contract, without thereby
incurring any liability to the affected Tenderer or Tenderers or any obligation to inform the affected
Tenderer or Tenderers of the reasons for such action.
44 Notification of Award and Signing of Agreement.
44.1 The Tenderer whose Tender has been accepted will be notified of the award of the work prior to
expiration of the Tender validity period by registered letter. This letter (hereinafter and in the Conditions
of Contract called “Letter of Acceptance”) will indicate the sum that the Government will pay the
Contractor in consideration of the execution, completion, and maintenance of the Works by the
Contractor as prescribed by the Contract (hereinafter and in the Contract called the “Contract Amount”).
44.2 When a tender is accepted the concerned tenderer shall attend the office of the Superintending
Engineer concerned on the date fixed in the Letter of acceptance. Upon intimation being given by the
Superintending Engineer, of acceptance of his tender, the tenderers shall make payment of the balance
E.M.D., and additional security deposit wherever needed by way of Demand Draft or unconditional and
irrevocable Bank Guarantee obtained from a Nationalized Bank / Scheduled Commercial Bank with a
validity period of with a validity period of duration of Contract period plus defects liability period of 2
years + 1month and sign an agreement in the form prescribed by the department for the due fulfillment
of the contract. Failure to attend the Superintending Engineer’s office on the date fixed, in the written
intimation, to enter into the required agreement shall entail forfeiture of the Earnest Money deposited.
44.3 The written agreement to be entered into between the contractor and the Government shall be
the foundation of the rights and obligations of both the parties and the contract shall not be deemed to be
complete until the agreement has first been signed by the contractor and then by the proper officer
authorised to enter into contract on behalf of the Government.
44.4 The successful tenderer has to sign an agreement within a period of 15 days from the date of receipt
of communication of acceptance of his tender. On failure to do so his tender will be cancelled duly
forfeiting the E.M.D., paid by him without issuing any further notice and action will be initiated for black
listing the tenderer, with all departments in Telangana in respect of conventional tenders also vide G.O
Ms No. 259 of T,R&B(R.II) Dept., Dt: 06.09.2008
45 Corrupt or Fraudulent Practices
45.1 The Government require that the tenderers / suppliers / contractors under Government
financed contracts, observe the highest standard of ethics during the procurement and execution
of such contracts. In pursuance of this policy, the Government
(a) define for the purposes of the provision, the terms set forth below as follows:
(i) “corrupt practices” means the offering, giving, receiving or soliciting of anything of
value to influence the action of a Government official in procurement process or in
contract execution: and
(ii) “fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Government
and includes collusive practice among Tenderers (prior to or after Tender submission)
designed to establish in Tender prices at artificial non-competitive levels and to deprive
the Government of the benefits of free and open competition.
(b) Will reject a proposal for award if it determines that the Tenderer recommended for award
has engaged in corrupt or fraudulent practices in competing for the contract in question.
Tenderer
26 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
(c) Will blacklist / or debar a firm, either indefinitely or for a stated period of time, if at any
time determines that the firm has engaged in corrupt or fraudulent practices in competing
for, or in executing a Government Contract.
(d) Furthermore, Tenderers shall be aware of the provisions stated in the General Conditions of
Contract.
FORMS OF TENDER
QUALIFICATION INFORMATION
AND
UNDER TAKING OF TENDERER
Tenderer
27 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
QUALIFICATION INFORMATION
CHECKLIST TO ACOMPANY THE TENDER
Documents to be submitted by tenderer on the
e-procurement platform on line
Tenderer
28 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Scanned Page No.
Sl. Document to be uploaded to Description to documents (see Note 6
No. profile be given to be below)
uploaded
14 Copy of Contractor’s / Sub Electrical works Yes/No
Contractor’s registration certificate Regn./license
& license for Electrical Engineering
works. In case Sub Contractor is
proposed, the Consent of the Sub
Contractor shall invariably be
submitted.
DECLARATION
Tenderer
29 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
STATEMENT – I
Details of value of Civil Engineering works executed in each year during the last five financial
years by the Tenderer.
2. 2016-2017
3. 2017-2018
4. 2018-2019
5. 2019-2020
6. 2020-2021
7. 2021-2022
8. 2022-2023
9. 2023-24
10. 2024-25
Attach certificate(s) issued by the Executive Engineer concerned and counter signed by
Superintending Engineer or equivalent authority showing work wise / year wise value of work
done in respect of all the works executed by the Tenderer during last five years.
OR
Certificate from Chartered Accountant supported with Annual Balance sheet tallying with
IT clearance certificate.
Address of Agreement
S. Agreement No. Value of
Name of the work Concluding Authority
No. & dated. Contract
1 2 3 4 5
Tenderer
30 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Value of work done year wise during the last Total value of
Stipulated work done.
Actual date of ‘Ten’ years.
period of
completion 1st 2nd 10th
completion to 9th Year
Year Year Year
6 7 9 10 11 12 13 14
A. The bidder should have satisfactorily completed similar works of value not less than Rs.
172,79,53,777/- as a Prime Contractor in the same name and style in any one year during the
last ten financial years 2015-2016 to 2024-2025 updated to 2025-2026 price level. Sub
contractor’s / GPA holder’s experience shall not be taken into account.
The works shall be in any State Govt./Central Govt./CPWD/MES depts. and the tenderer
has to furnish the experience certificates issued by Executive Engineer concerned and counter
signed by Superintending Engineer or equivalent authority in support of the value of work
experience.
B. The Contractor or his identified Sub-contractor should have executed similar works in WATER
SUPPLY & SANITARY WORKS totaling to Rs. 1,75,28,770/- in any one financial year during
last ten financial years i.e., from 2015-2016 to 2024-2025 updated to 2025-2026 Price Level.
The works shall be in any State Govt./Central Govt./CPWD/MES/PSUs and the tenderer
has to furnish the experience certificates issued by Executive Engineer concerned and counter
signed by Superintending Engineer or equivalent authority in support of the value of work
experience.
C. The Contractor or his identified Sub-contractor should have executed similar works
ELECTRICAL totalling to Rs. 30,11,50,845/- in any one financial year during last ten financial
years i.e., 2015-2016 to 2024-2025 updated to 2025-2026 Price Level. The contractor or his
identified sub-contractor shall have electrical license of ‘A’ grade and up to 11KVA.
The works shall be in any State Govt./Central Govt./CPWD/MES/PSUs and the tenderer
has to furnish the experience certificates issued by Executive Engineer concerned and counter
signed by Superintending Engineer or equivalent authority in support of the value of work
experience.
Signature of the Tenderer
STATEMENT – III
Physical quantities executed by the Tenderer in the last five financial years. [work wise / year
wise].
Physical quantities executed by the Tenderer in the last five financial years. [Work wise / year
wise].
Quantities executed / Year wise. Any
S. Name Plasteri other
Financial Year Agt.No Mason
No of work EWE Any CC. VRCC HYSD ng items
ry .
1 2 3 4 5 6 7 8 9 10
1
2
3
4
5
The Bidder should have executed the minimum quantities of items of work as given below in any
one year during the financial years 2015-2016 to 2024-2025.
Tenderer
31 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
The bidder shall enclose certificate issued by the Engineer-in-Charge of the State/Central
Government Departments/CPWD/MES/PSUs not below the rank of Executive Engineer or equivalent and
countersigned by the officer of the rank of Superintending Engineer or equivalent.
Sl. Min. Qty. of item
Item
No required
1 VRCC in Cum 17,198 cum
2 VRCC in Sqm 56,555 sqm
3 PCC in Cum 3,131 cum
4 Earth Work 60,952 cum
5 Reinforcement steel 4,063MT
6 Masonry Work 12,757 cum
7 Plastering 1,51,174 sqm
STATEMENT – IV
Details of Existing Commitments.
Details of works on hand and, yet to be completed as on the date of submission of the Tender and
works for which Tender s have been submitted are to be furnished.
A) Existing Commitments on ongoing works:
Stipul- Balance
Value Antici-
Agt Value ated Value of Updated
Address of Agt. of pated
Sl.N Name of No. of period works to value of
Conclu-ding work date of
o work & cont- of be balance
autho-rity done comp-
Date ract comp- comple- work
so far. letion
letion ted
1 2 3 4 5 6 7 8 9 10
B) Details of works for which Tenders are submitted [awarded / likely to be awarded]
Address of Estima- Stipulated Date on
Present
Sl. Name of Agt. ted period of which tender
stage of
No. work Concluding value of comple- was
Tender.
authority work tion submitted
1 2 3 4 5 6 7
Tenderer
32 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
STATEMENT – V
The tenderer should furnish the information required below, regarding the availability of the
equipment, required for construction / quality control
A declaration regarding the equipment owned shall be produced by the Tenderer on a non-
judicial stamp paper of Rs. 100/- as below along with sufficient proof of owning such equipment through
invoice /certificate of registration by the competent authority
DECLARATION
“I, __________ do hereby solemnly affirm and declare that I /we own the following equipment
for using on the subject work and also declare that I / We will abide by any action such as
disqualification or determination of Contract or blacklisting or any action deemed fit, if the
department detects at any stage that I/we do not possess the equipment listed below.
No. Regn. Any
Sl. Details of each Year of Is it in working
Numbe Capacity other
No. Equipment purchase condition?
r data.
1 2 3 4 5 6 7 8
Or
Submit a certificate issued by an officer not below the rank of Executive Engineer issued not earlier than
one year from date of submission of tenders in support of owning machinery.
STATEMENT – VI.
Availability of Key Personnel
Qualification and experience of Key Personnel proposed to be deployed for execution of the
Contract.
S.No Name Designation Qualification Total Working with
Experience the Tenderer
since
STATEMENT – VII
Information on litigation history in which Tenderer is the Petitioner.
S. Case No. / Court Subject Matter / Respondents i.e.,
Present Stage.
No Year where filed. Prayer in the case. SE / CE
1 2 3 4 5 6
-
Tenderer
33 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
STATEMENT - VIII
DECLARATION (on a non judicial stamp paper of Rs.100/-)
“I, ______________________do hereby solemnly affirm and declare that I /we own / leased the
following equipment for using on the subject work and also declare that I / We will abide by any action
such as disqualification or determination of Contract or blacklisting or any action deemed fit, if the
department detects at any stage that I/we do not possess the equipment listed below.
Sl. Numbers
Details of each Equipment Own Leased
No required
1 2 3 4 5
1 Vernier Calipers 0-150 mm 8 Nos.
30 cm steel scale
10 Nos
4 Weighing Machines 5.0 kg 6 Nos.
capacity
Tenderer
34 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
UNDERTAKING OF TENDERER
Date: ……………
To
To
The Superintending Engineer(R&B),
Circle:: Yadadri Bhuvanagiri
Sir,
I / We do hereby tender and if this tender be accepted, under take to execute the following work viz. “as
shown in the drawings and described in the specifications deposited in the office of the Superintending
Engineer(R&B), Rural Region, with such variations by way of alterations or additions to, and omissions
from the said works and method of payment as provided for in the “conditions of the contract” for the sum
of Rupees Rs.691,18,15,105.00 (Rupees Six Hundred and Ninety One Crores Eighteen Lakhs Fifteen
Thousand One Hundred and five only) or such other sum as may be arrived under the clause of the
standard preliminary specifications relating to “Payment on lump-sum basis or by final measurement at
unit rates”
I/WE have also quoted percentage excess or less on E.C.V., in Schedule ‘A’ Part-I, annexed (in words and
figures) for which I/We agree to execute the work when the lumpsum payment under the terms of the
agreement is varied by payment on measurement quantities.
I/WE have quoted Percentage excess or less on E.C.V., in Schedule ‘A’ Part – I both in words & figures. In
case of any discrepancy between the Percentage excess or less on E.C.V., in words and figures, the rates
quoted words only shall prevail.
I/WE agreed to keep the offer in this tender valid a period of Three month(s) mentioned in the tender
notice and not to modify the whole or any part of it for any reason within above period. If the tender is
withdrawn by me/us for any reasons whatsoever, the earnest money paid by me/us will be forfeited to
Government
I/WE hereby distinctly and expressly, declare and acknowledge that, before the submission of my/our
tender I/We have carefully followed the instructions in the tender notice and have read the A.P.S.S. and
the preliminary specifications therein and the A.P.S.S. addenda volume and that I/We have made such
examination of the contract documents and the plans, specifications and quantities and of the location
where the said work is to be done, and such investigation of the work required to be done, and in regard
to the material required to be furnished as to enable me/us to thoroughly understand the intention of
same and the requirements, covenants, agreements, stipulations and restrictions contained in the
contract, and in the said plans and specifications and distinctly agree that I/We will not hereafter make
any claim or demand upon the Government based upon or arising out of any alleged misunderstanding or
misconception /or mistake on my/or our part of the said requirement, covenants, agreements,
stipulations, restrictions and conditions.
I/WE shall not assign the contractor or sublet any portion of the same except the conditions in clause 5.1
of General conditions of contract. In case if it becomes necessary such subletting with the permission of
the Executive Engineer shall be limited to (1) Labour contract, (2) Material contract, (3) Transport
contract and (4) Engaging specialists for special item of work enjoined in A.P.S.S.
IF MY/OUR tender is not accepted the sum shall be returned to me/us on application when
intimation is sent to me/us of rejection or at the expiration of three months from last date of receipt of
this tender, whichever is earlier. If my/our tender is accepted the earnest money shall be retained by the
Government as security for the due fulfillment of this contract. If upon written intimation to me/us by the
Superintending / Executive Engineer’s Office, I/We fail to attend the said office on the date herein fixed or
if upon intimation being given to me/us by the Superintending /Executive Engineer or acceptance of
my/our tender, and if I/We fail to make the additional security deposit or to enter into the required
agreement as defined in condition-3 of the tender notice, then I/We agree the forfeiture of the earnest
money. Any notice required to be served on
me/us here under shall be sufficiently served on me/us if delivered to me/us hereunder shall be
sufficiently served on me/us if delivered to me/us personally or forwarded to me/us by post to
(registered or ordinary) or left at my/our address given herein. Such notice shall if sent by post be
deemed to have been served on me/us at the time when in due course of post it would be delivered at the
address to which it is sent.
I/WE fully understand that the written agreement to be entered into between me/us and
Government shall be the foundation of the rights of the both the parties and the contract shall not be
deemed to be complete until the agreement has first been signed by me/us and then by the proper officer
authorised to enter into contract on behalf of Government.
Tenderer
35 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
I AM/WE ARE professionally qualified and my/our qualifications are given below:
Name Qualified
I/WE will employ the following technical staff for supervising the work and will see that one of them is
always at site during working hours, personally checking all items of works and pay extra attention to
such works as required special attention (eg) Reinforced concrete work.
Name of members of technical staff Qualification.
proposed to be employed
I / WE declare that I/WE agree to recover the salaries of the technical staff actually engaged on the work
by the department, from the work bills, if I/We fail to employ technical staff as per the tender condition.
(2) I/WE certify that I/We have inspected the site of the work before quoting my Percentage excess
or less on ECV, I /We have satisfied about the quality, availability and transport facilities for
stones sand and other materials.
(3) I/WE am/are prepared to furnish detailed data in support of all my quoted rates, if and when
called upon to do so without any reservations.
(4) I//WE hereby declare that I/We will pay an additional security deposit in terms of conditions,
the difference between 75% of ECV and my/our tender amount, in case if my / our offer is less
than 25% as per Clause 11 of Instructions to bidders
(5) I/WE hereby declare that I am/we are accepting to reject my tender in terms of condition 8 of
instructions to bidders
(6) I/WE hereby declare that I/We will not claim any price escalation beyond the scope of the
Government orders issued from time to time.
(7) I/WE hereby declare that I am/we are accepting for the defect liability period as 24 months + 24
+ 1 month instead of 6 months under clause 28 of APSS.
(8) a) I/WE declare that I/WE will procure the required construction materials including earth
and use for the work after approval of the Engineer-in-Charge. The responsibility for
arranging and obtaining the land for borrowing or exploitation in any other way shall rest
with me/us for the materials for construction, I/WE shall ensure smooth and un-
interrupted supply of materials.
b) I/WE declare that the responsibility for arranging and obtaining the land for disposal of
spoil/soil not useful for construction purposes shall rest with me/us.
c) I/WE declare that I/WE shall not claim any compensation or any payment for the land so
arranged for disposal of soil and the land for borrow area. My/our quoted percentage excess
or less ECV., are inclusive of the land so arranged and I/We will hand over the land so
arranged for disposal of soil to; the department after completion of work.
d) I/WE declare that I/WE will not claim any extra amount towards any material used for the
work other than the quoted works for respective schedule ‘A’ items.
(9) I/WE declare that I/WE will execute the work as per the mile stone programme, and if I/WE fail
to complete the work as per the mile stone programme I abide by the condition to recover
liquidated damages as per the tender conditions.
Tenderer
36 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
(10) I/WE declare that I/WE will abide for settlement of disputes as per the tender conditions.
1) I/WE have not been black listed in any department / Dept. of State / Central Govt due to any
reasons.
2) I/WE have not been demoted to the next lower category for not filing the tenders after buying
the tender schedules in a whole year and my/our registration has not been cancelled for a similar
default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and to
summarily reject my/our tender.
I / We, ________________ have gone through carefully all the Tender conditions and solemnly declare that I /
we will abide by any penal action such as disqualification or black listing or determination of contract or
any other action deemed fit, taken by, the Department against us, if it is found that the statements,
documents, certificates produced by us are false / fabricated.
Phone No.:
Fax No.:
Mail id :
Note: If the tender is made by an individual, it shall be signed with his full name and his address
shall be given. If it is made by a firm, it shall be signed with the co-partnership name by a
member of the firm, who shall also sign his own name, and the name and address of each
member of the firm shall be given, if the tender is made by a Dept. it shall be signed by a
duly authorised officer who shall produce with his tender satisfactory evidence of his
authorisation. Such tendering Dept. may be required before the contract is executed, to
furnish evidence of its corporate existence. Tenders signed on behalf of G.P.A. holder will
be rejected
Tenderer
37 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
CONDITIONS OF CONTRACT
A. GENERAL
1. Interpretation:
1.1 In interpreting these Conditions of Contract, singular also means plural, male also means female,
and vice-versa. Headings have no significance. Works have their normal meaning under the
language of the contract unless specifically defined. The Engineers-in-charge will provide
instructions clarifying queries about the conditions of Contract.
1.2 The documents forming the Contract shall be interpreted in the following order of priority:
1) Agreement
2) Letter of Acceptance, notice to proceed with the works
3) Contractor’s Tender (Technical bid)
4) Conditions of contract
5) Specifications
6) Drawings
7) Bill of quantities (Price-bid)
8) Any other document listed as forming part of the Contract.
2. Engineer-in-Charge’s Decisions:
2.1 Except where otherwise specifically stated, the Engineer-in-charge will decide the contractual
matters between the Department and the Contractor in the role representing the Department.
3. Delegation:
3.1 The Engineer-in-charge may delegate any of his duties and responsibilities to other officers and
may Cancel any delegation by an official order issued.
4. Communications:
4.1 Communications between parties, which are referred to in the conditions, are effective only
when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract
Act)
5. Sub-contracting:
If the prime contractor desires to sub-let a part of the work, he should submit the same at the
time of filing tenders itself or during execution, giving the name of the proposed Sub-contractor,
along with details of his qualification and experience. The Tender Accepting Authority should
verify the experience of the Sub-contractor and if the Sub-contractor satisfies the qualification
criteria in proportion to the value of work proposed to be sub-let, he may permit the same. The
total value of works to be awarded on sub-letting shall not exceed 50% of contract value. The
extent of subletting shall be added to the experience of the sub-contractor and to that extent
deducted from that of the main contractor.
6. Other Contractors:
The Contractor shall cooperate and share the Site with other contractors, Public authorities,
utilities, and the Department. The Contractor shall also provide facilities and services for them as
directed by the Engineer-in-charge.
7. Personnel:
7.1 The Contractor shall employ the required Key Personnel named in the Schedule of Key Personnel
to carry out the functions stated in the Schedule or other personnel approved by the Engineer-in-
charge. The Engineer-in-charge will approve any proposed replacement of Key Personnel only if
their qualifications, abilities, and relevant experience are substantially equal to or better than
those of the personnel listed in the Schedule.
7.2 Schedule of Key Personnel:
The successful tenderer shall have to employ the following technical staff on full time basis to be
available at site.
Tenderer
38 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Cost of work (Technical sanction
Qualification of Technical Staff
amount)
1 2
Rs.500.00 Lakhs to Rs.1000.00 lakhs Two Graduate Engineers and One Diploma
holder
7.3. Employment of technical personnel shall be with reference to the estimate cost of work put to
tender.
The Technical staff shall be available at work site for supervising the work including quality
checking of all items from time to time. Failure to employ the required technical personnel by the
contractor, amounts will be recovered at the following rates from the contractor :
7.5 The names of the technical personnel to be employed by the contractor should be furnished in
the statement enclosed separately.
7.6 In case the contractor is already having more than one work on hand and has undertaken more
than one work at the same time, he should employ separate technical personnel on each work.
7.7 If the contractor fails to employ technical personnel the work will be suspended or department
will engage a technical personnel and recover the cost thereof from the contractor.
7.8 If the Engineer-in-charge asks the Contractor to remove a person who is a member of
Contractor’s staff or his work force stating the reasons the Contractor shall ensure that the
person leaves the site forthwith and has no further connection with the work in the contract.
7.9 The technical personnel appointed by the contractor shall maintain the records and registers
required by the department like quality test registers, test reports, calibration records, site order
book, check lists etc and sign them in proof of verifications, conduction of tests, compliance to
instructions etc.
7.10 All costs and expenses associated with the employment of above Technical personnel at site as
above shall be borne by the Contractors.
7.11 If the contractor does not employ the technical person agreed to on the work for 30 days,
thereafter it becomes a fundamental breach of contract.
7.12 Engineer-in-charge is the sole judge to decide (a) whether qualified technical personnel is
actually supervising the work and (b) the actual period of absence of such staff which requires
the recovery and penalty to be enforced and his decision is final and binding on the contractor.
Tenderer
39 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
8 Contractor’s Risks:
8.1 All risks of loss or damage to physical property and of personnel injury and death, which arise
during and in consequence of the performance of the Contract are the responsibility of the
Contractor.
9 Insurance:
9.1 The Contractor shall provide, in the name of the Department, insurance cover for personal injury
or death of persons employed for construction to the Superintending Engineer at the time of concluding
agreement of the work
10 Site Inspections:
10.1 The contractor should inspect the site and also proposed quarries of choice for materials source
of water and quote his percentage including quarrying, conveyance and all other charges etc.
10.2 The responsibility for arranging the land for borrow area rests with the Contractor and no
separate payment will be made for procurement or otherwise. The contractor’s quoted
11. Contractor to Construct the Works:
The Contractor shall construct and Commission the Work in accordance with the specifications
and Drawings.
12. Diversion of streams / Vagus / Drains.
12.1 The contractor shall at all times carry out construction of cross drainage works in a manner
creating least interference to the natural flow of water while consistent with the satisfactory
execution of work. A temporary diversion shall be formed by the contractor at his cost where
necessary. No extra payment shall be made for this work.
12.2 No separate payment for bailing out of sub-soils, water drainage or locked up rain water for
diversion , shoring , foundations , bailing of pumping water either from excavation soils from
foundations or such other incidental will be paid. The percentage to be quoted by the contractor
are for the finished item of work in situ and including all the incidental charges. The borrow pits
are also to be dewatered by the contractor himself at his expense , if that should be found
necessary.
12.3 The work of diversion arrangements should be carefully planned and prepared by the contractor
and forwarded to the Executive Engineer technically substantiating the proposals and approval
of the Executive Engineer obtained for execution.
12.4 The contractor has to arrange for bailing out water, protection to the work in progress and the
portion of works already completed and safety measures for men and materials and all
necessary arrangements to complete the work.
12.5 All the arrangements so required should be carried out and maintained at the cost of the
contractor and no separate or additional payments is admissible..
12.6 Coffer Dams.
Necessary Coffer Dams and ring bunds have to be constructed at the cost of contractor and the
same are to be removed after the completion of the work. The contractor has to quote his
percentage keeping the above in view.
13. Power Supply.
13.1 The contractor shall make his own arrangements for obtaining power from the Electricity dept.,
at his own cost. The contractor will pay the bills of Electricity Department for the cost of power
consumed by him.
13.2 The contractor shall satisfy all the conditions and rules required as per Indian Electricity Act
1910 and under Rule-45(I) of the Indian Electricity Rules, 1956 as amended from time to time
and other pertinent rules.
13.3 The power shall be used for bona fide Dept. work only.
13.4 The contractor shall at all times during the currency of the contract, comply fully with all existing
Acts, regulations and bylaws including all statutory amendments and reenactment’s of state or
central govt., and other local authorities and any other enactment’s, notification and acts that
may be passed in future either by the state or the central government or local authority including
Tenderer
40 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Indian workmen’s compensation Act- 192, Control labour (Regulation and Abolition) Act- 1970,
The child labour prohibition and regulation Act-1986 and equal remuneration Act- 1976,
Factories Act, minimum wage Act- 1948, provident fund regulations, Employees provident fund
Act- 1952 schedules made under the same Act. The buildings and other construction workers
(Regulation of employment and condition of service ) Act- 1996, The Cess Act- 1996 and also
applicable labour regulations, health and sanitary arrangement for workmen, insurance and
other benefit and shall keep department indemnified in case any action is commenced by
competent authorities for contravention by the contractor.
13.5 The electrical contractor has to keep his license in currency till the work is completed. If the
license is suspended during the period in which the work is in progress the contract will be
terminated and awarded to some other agency recovering the extra cost if any.
13.6 The materials used in the work should be as per the list of materials enclosed. The department
reserves the right to insist upon using any of the materials from this list of approved materials.
13.7 The work shall be carried out strictly in conformity with (i)code of practice for Electrical wiring
and fittings in Government Buildings, (ii) The Indian standard specification (iii) The Department
specification. If the work carried out does not comply with the code of practice and the
Departmental specifications and if the workmanship is unsatisfactory it will be binding on the
contractor to redo the job without any extra cost and pay penalty as decided by the Department
towards inconvenience caused if any.
13.8 The work should be carried out under the direct supervision of persons holding a certificate of
competency for the type of work involved.
13.9 After completion of work a plan of building installation should be prepared and furnished
indicating the location of various main and sub boards and also the fittings together with a
circuit diagram duly numbered (in the diagram). The final bill will not be paid till the above plan
and the diagram is submitted and approved after verification. Such completion drawings shall be
signed by the licenced electrical contractor through whom the work is executed.
13.11 The contractor himself should arrange for the transportation of men and materials to the work
spot.
13.12 Concreting to the pole and providing independent earthing should be done in presence of
Departmental staff.
13.13 On completion of the Electrical Installation a certificate shall be furnished by the Contractor
countersigned by a licensed supervisor, that under direct supervision the installation was
carried out. This certificate shall be in the prescribed from as required by the local supply
authority. The contractor shall be responsible for getting the Electrical Installation inspected
and approved by the local authority concerned.
13.14 The contractor shall pay for any inspection fees and for permits required for the installation of
the work wherever necessary. The R&B dept. shall arrange only for payment of service
connection charges and any other security deposit for getting electrical supply. On completion of
the work, the contractor shall obtain and deliver to the R&B Dept., certificates of final inspection
and approval by the local Electric Authority as may require. The R&B Dept. shall have full
powers to test the materials or work to be tested by an independent agency at the Electrical
contractor’s expense in order to prove their soundness and adequacy.
13.15 Contractor shall provide everything necessary for the proper execution of works according to
the intent and meaning of the drawings, specifications, schedule of quantities. Any discrepancy in
the documents shall be brought to the notice of the R&B Dept. and got clarified prior to taking
up the installation.
a. The Contractor shall be responsible for all liaison work with CEIG and also to obtain
approval of drawing from CEIG.
b. The Contractor shall get all the approvals from the municipal authorities for which
necessary statutory fees will be paid by the Department.
c. The Contractor shall get all the approvals from the fire authorities for which necessary
statutory fees will be paid by the Department.
d. The Contractor shall get all the installation of the lifts through reputed manufactures i.e.,
M/s Kone elevators, M/s Jhonson Lifts & M/s OTIS elevators & lifts as per BoQ items.
Tenderer
41 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
e. Fire fighting works shall be got executed through experienced fire fighting contractor.
f. The Contractor shall be responsible for obtaining the power supply from Electricity Board for
which necessary statutory fees will be paid by the Department.
15. a) Ramps:
Ramps required during execution may be formed wherever necessary and same are to be
removed after completion of the work. No separate payment will be made for this purpose.
b) Monsoon Damages:
Damages due to rain or flood either in cutting or in banks shall have to be made good by the contractor
till the work is handed over to the Department. The responsibility of de-silting and making good
the damages due to rain or flood rests with the contractor. No extra payment is payable for such
operations and the contractor shall therefore, have to take all necessary precautions to protect
the work done during the construction period.
16. The works to be Completed by the Intended Completion Date:
16.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the
Works in accordance with the programme submitted by the Contractor, as updated with the
approval of the Engineer-in-Charge, and complete the work by the Intended Completion Date.
17. Safety:
17.1 The Contractor shall be responsible for the safety of all activities on the Site.
18. Discoveries:
18.1 Anything of historical or other interest or of significant value unexpectedly discovered on the
Site is the property of the Government. The Contractor is to notify the Engineer-in-charge of
such discoveries and carry out the Engineer-in-Charge’s instructions for dealing with them.
19. Possession of the Site.
The Department shall give possession of the site to the Contractor. If possession of a part site is
given, the Department will ensure that the part site so handed over is amenable to carryout the
work at site by the Contractor.
20. Access to the Site:
The Contractor shall provide the Engineer-in-Charge and any person authorised by the Engineer-
in-Charge, access to the site and to any place where the work, in connection with the Contract, is
being carried out or is intended to be carried out.
21. Instructions:
The Contractor shall carry out all instructions of the Engineer-in-charge and comply with all the
applicable local laws where the Site is located.
22. Settlement of disputes:
22.1 If any dispute or difference of any kind whatsoever arises between the Department and the
Contractor in connection with, or arising out of the Contract, whether during the progress of the
works or after their completion and whether before or after the termination, abandonment or
breach of the Contract, it shall in the first place, be referred to and settled by the Engineer-in-
charge who shall, within a period of thirty days after being requested by the Contractor to do so,
give written notice of his decision to the Contractor. Upon receipt of the written notice of the
decision of the Engineer-in-Charge the Contractor shall promptly proceed without delay to
comply with such notice of decision.
22.2 If the Engineer-in-Charge fails to give notice of his decision in writing within a period of thirty
days after being requested or if the Contractor is dissatisfied with the notice of the decision of
the Engineer-in-Charge, the Contractor may within thirty days after receiving the notice of
decision appeal to the Department which shall offer an opportunity to the contractor to be heard
and to offer evidence in support of his appeal, the Department shall give notice of his decision
within a period of thirty days after the Contractor has given the said evidence in support of his
Tenderer
42 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
appeal, subject to arbitration, as hereinafter provided. Such decision of the Department in
respect of every matter so referred shall be final and binding upon the Contractor and shall
forthwith be given effect to by the Contractor, who shall proceed with the execution of the works
with all due diligence whether he requires arbitration as hereinafter provided, or not. If the
Department has given written notice of his decision to the Contractor and no claim to arbitration
has been communicated to him by the Contractor within a period of thirty days from receipt of
such notice, the said decision shall remain final and binding upon the Contractor. If the
Department fail to give notice of his decision, as aforesaid within a period of thirty days after
being requested as aforesaid, or if the Contractor be dissatisfied with any such decision, then and
in any such case the contractor within thirty days after the expiration of the first named period of
thirty days as the case may be, require that the matter or matters in dispute be referred to
arbitration as detailed below:-
22.5 The arbitrator shall state his reasons in passing the award.
22.6 Claims above Rs.50,000/-.
All claims of above Rs.50,000/- are to be settled by a Civil Court of competent jurisdiction by way
of civil suit and not by arbitration.
22.7 A reference for adjudication under this clauses shall be made by the contractor within six
months from the date of intimating the contractor of the preparation of final bill or his having
accepted payment which ever is earlier.
22.8 Overall Progress of work for the total work and Rate of progress for individual mile stones
shall be maintained throughout by the contractor and any reference of any dispute or difference
to the authorities or arbitration under these clauses shall not suffer the program of the work.
Tenderer
43 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
B. TIME FOR COMPLETION
24. Program:
24.1 The total period of completion is 24 months from the date of entering with agreement to
proceed including rainy season. Keeping in view, the schedule for handing over of site given in condition
24.4 below, the work should be programmed such as to achieve the mile-stones as in “Rate of progress.
24.2 The attention of the tenderer is directed to the contract requirement at the time of beginning of
the work, the rate of progress and the dates for the whole work and its several parts as per milestones.
Time is the essence of the contract. The rate of progress and proportionate value of work done from time
to time as will be indicated by the Engineer-in-charge’s Certificate for the value of work done and
completion of mile-stones will be required. Date of commencement of their programme will be the date
for concluding agreement.
24.3 After signing the agreement, the contractor shall forthwith begin the work, shall regularly and
continuously proceed with them.
24.4 The following rate of progress will be required to be maintained by the contractor as a minimum.
The start date of this work is the date of handing over of site and the contractor should take over
the site within 15 days from the date of concluding the agreement. Contractor may give a
separate time schedule for the completion of the whole work and the consideration will be given
for accelerated programme. It is imperative that the work progress shall be ahead of the rate of
progress given below.
Work programme of achieving the milestones (Statement)
Note: The percentage of work to be completed is based on the contract lump sum amount
ii) Site, schedule of programme of handing over site to the Contractor :
Site will be handed over to the contractor immediately.
24.5 The contractor shall commence the works on site within the period specified under condition
24.1 to 24.3 above after the receipt by him of a written order to this effect from the Superintending
Engineer and shall proceed with the same with due expedition and without delay, except as may be
expressly sanctioned or ordered by the Superintending Engineer, or be wholly beyond the
contractor’s control.
24.6 Save in so far as the contractor may prescribe, the extent of portions of the site of which the
contractor is to be given possession from time to time and the order in which such portions shall be
made available to him and, Subject to any requirement in the contract as to the order in which the
works shall be executed, the Superintending Engineer will, with the Executive Engineer’s written
order to commence the works, give to the contractor possession of so much of the site as may be
required to enable the contractor to commence proceed with the execution of the works in
accordance with the programme if any, and otherwise in accordance with such reasonable proposals
of the contractor as he shall by written notice to the Superintending Engineer, make and will from
time to time as the works proceed, give to the contractor possession of such further portions of the
site as may be required to enable the contractor to proceed with the execution of the works with due
dispatch in accordance with the said programme or proposals as the case may be; if the contractor
suffers delay or incurs cost from failure on the part of the Superintending Engineer to give
possession in accordance with the terms of this clause, the Chief Engineer shall grant an extension of
time for the completion of works.
24.7 The contractor shall bear all costs and charges for special or temporary way leases required by
him in connection with access to the site. The contractor shall also provide at his own cost any
additional accommodation outside the site required by him for the purposes of the work.
24.8 Subject to any requirement in the contract as to completion of any section of the works before
completion of the whole of the works shall be completed in accordance with provisions of clauses in
the Schedule within the time stated in the contract calculated from the last day of the period named
in the statement to the tender as that within which the works are to be commenced or such
extended time as may be allowed.
24.9 Delays and extension of time:
No claim for compensation on account of delays or hindrances to the work from any cause
whatever shall lie, except as hereafter defined. Reasonable extension of time will be allowed by
Tenderer
44 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
the Engineer-in-charge or by the office competent to sanction the extension, for unavoidable
delays, such as may result from causes, which in the opinion of the Engineer-in-charge, are
undoubtedly beyond the control of the contractor. The Engineer-in-charge shall assess the
period of delay or hindrance caused by any written instructions issued by him, at twenty five per
cent in excess or the actual working period so lost.
In the event of the Engineer-in-charge failing to issue necessary instructions and thereby causing
delay and hindrance to the contractor, the latter shall have the right to claim an assessment of
such delay by the Chief Engineer whose decision will be final and binding. The contractor shall
lodge in writing with the Engineer-in-charge, a statement of claim for any delay or hindrance
referred to above, within fourteen days from its commencement, otherwise no extension of time
will be allowed.
Whenever authorised alterations or additions made during the progress of the work are of such
a nature in the opinion of the Engineer-in-charge as to justify an extension of time in
consequence thereof, such extension will be granted in writing by the Engineer-in-charge or
other competent authority when ordering such alterations or additions.
Tenderer
45 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
If, at any time, the Engineer-in-Charge shall be of the opinion that the Contractor is delaying
Commencement of the work or violating any of the provisions, the Contractor is neglecting or
delaying the progress of the work as defined by the. “Rate of progress” in the Articles of
Agreement, he shall so advise the Contractors in writing and at the same time demand
compliance in accordance with conditions of Tender notice. If the Contractor neglects to comply
with such demand within seven days after receipt of such notice, it shall then or at any time
thereafter, be lawful for the Engineer-in-Charge to take suitable action in accordance with
Clause.60 of APSS.
27. Suspension of works by the Contractor:
27.1 If the Contractor shall suspend the works, or sublet the work without sanction of the Engineer-
in-Charge, or in the opinion of the Engineer-in-Charge shall neglect or fail to proceed with due
diligence in the performance of his part of the Contract as laid down in the Schedule rate of
progress, or if he shall continue to default or repeat such default in the respects mentioned in
clause 27 of the APSS, the Engineer-in-Charge shall take action in accordance with Clause 61 of
APSS.
27.2 If the Contractor stops work for 28 days and the Stoppage has not been authorised by the
Engineer-in-Charge the Contract will be terminated under Clause 61 of APSS.
27.3 If the Contractor has delayed the completion of works the Contract will be Terminated under
Clause.61 of APSS.
28. Extension of the Intended Completion Date:
28.1 The Engineer-in-Charge shall extend or recommend for extension, in accordance with the
delegation of powers in force, the Intended Completion Date if a Variation is issued which makes
it impossible for Completion to be achieved by the Intended Completion Date.
28.2 The Engineer-in-Charge shall decide whether and by how much to extend the Intended
Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the
effect of a Variation and submitting full supporting information. If the Contractor has failed to
give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this
failure shall not be considered in assessing the new Intended Completion Date.
29. Delays Ordered by the Engineer-in-Charge:
29.1 The Engineer-in-Charge may instruct the Contractor to delay the start or progress of any activity
within the Work.
30. Early Warning:
30.1 The contractor is to warn the Engineer-in-Charge at the earliest opportunity of specific likely
future events or circumstances that may adversely affect the Execution of Works.
30.2 The Contractor shall co-operate with the Engineer-in-Charge in making and considering
proposals for how the effect of such an event or circumstance can be avoided or reduced by
anyone involved in the work and in carrying out any resulting instruction of the Engineer-in-
Charge.
31. Management Meetings:
31.1 The Engineer-in-Charge may require the Contractor to attend a management meeting. The
business of a management meeting shall be to review the programme for remaining work and to
deal with matters raised in accordance with the early warning procedure.
C. QUALITY CONTROL
32 Identifying Defects:
32.1 The Engineer-in-Charge shall check the Contractor’s work and notify the Contractor of any
Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The
Engineer-in-Charge may instruct the Contractor to verify the Defect and to uncover and test any
work that the Engineer considers may be a Defect.
33 Tests:
Tenderer
46 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
33.1 If the Engineer-in-Charge instructs the Contractor to carry out a test not specified in the
Specification to check whether any work has a Defect and the Contractor shall pay for the test
and any samples.
34. Correction of Defects:
34.1 The Engineer-in-Charge shall give notice to the Contractor of any Defects before the end of the
Defects Liability Period, which begins on Completion. The defect liability period shall be
extended for as long as defects remain to be corrected by the Contractor.
34.2 Every time notice of a Defect is given, the Contractor shall correct the notified defect within the
length of time specified by the Engineer-in-Charge’s notice.
35. Uncorrected Defects:
35.1 If the contractor has not corrected the defect within the time specified in the Engineer-in-
Charge’s notice, the Engineer-in-Charge will assess the cost of having the defect corrected and
the contractor will pay this amount.
35.2 The Engineer-in-Charge shall introduce O.K. cards and prescribed the formats there of. O.K.
cards shall relate to all major components of the work. The contractor / his authorised
representative shall be required to initiate and fill in and present the O.K. card to the
construction staff who would check the respective items and send to the quality control staff for
final check and clearance / O.K. Any defects pointed out by the construction supervision staff or
by the Quality Control staff shall promptly be attended to by the contractors and the fact of doing
so be duly recorded on the back of O.K. card.
35.3 The Engineer-in-Charge may also introduce checklists, which shall be kept in Bound registers by
the construction supervision staff. The contractor may be required to fill up these lists in the
first instance and shall be subsequently checked by the Construction / Quality Control engineers.
36. Quality Control
37 Quality policy :
37.1 The quality of construction shall be of highest standards.
The materials, equipment, tools and plants and workmanship should be of high standards and
acceptable quality conforming to the specifications.
The contractor attention is directed to the requirements of materials under the clause “Materials
and Workmanship” in the preliminary specifications of APSS. Materials conforming to the latest
relevant I.S. Specifications and other approved Codes and Specifications shall be used on the
work
38 Quality plan:
The contractor shall draw quality plan based on the Quality Management System of ISO 9001-
2000 and submit the same to the Superintending Engineer(R&B), Head quarters circle,
Hyderabad ---------------------------- before starting the work for his approval.
Quality plan for raw materials/ construction materials/ finished products/works:
It shall be responsibility of the contractor to arrange for testing of all materials procured for the
works under such consignment or at regular intervals as may be specified in APSS at his cost and
only after the engineer is satisfied fully with the test results the materials of those consignments
will be allowed to be utilized on the work. The contractor shall maintain a record of test results
which shall be made available to the engineers for the inspection.
The contractor shall collect various raw materials, construction materials well in advance before
its use and shall get them tested as per the approved quality plan. No material shall be used
unless it passes all the check/tests as per the acceptance criteria given and a record of all
checks/tests/ verifications shall be maintained at site.
Tenderer
47 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
All the materials used in the works including electrical, Sanitary and water supply works should
be as per the list of approved materials, makes and suppliers enclosed. The department reserves
the right to insist upon using any of the materials from these lists of approved materials.
For all fittings of electrical, sanitary and water supply items, fixtures to doors and windows,
supply of steel windows and flush wood doors, paints etc,., the product marked ISI should be
used and shall be of reputed and approved brand/make.
Tests required to be conducted at outside laboratories shall be done at those labs which have
availability of required instruments traceable to national standards and which are approved by
the Engineer-In-Charge. Reports obtained from such labs should indicate the calibration status
and traceability to national standards of their equipments for accepting the results.
39. Quality control:
Establishment of Quality Control Laboratory: The contractor shall establish a quality control
laboratory, at the site of work, equipped with calibrated equipment (as per list given below) to
perform field tests, batch wise, for various materials, then and there itself, as per quality plan and
standards.
The following minimum equipment should be made available at site by the contractor for testing
of materials, samples, cubes etc.
5. a Measurement tapes both Steel (3.0 m, 5.0 m) & At the time of purchase and the
Fibre (15.0 m) tapes to be changed after 6
Months, if any error is observed
5. b 30 cm steel scale
7. Slump cone -
Calibration of Equipment: All the equipment maintained by the contractor at site shall be
calibrated from time to time according to the calibration frequency mentioned, with calibrations
traceable to National Standards. Records for proof of such calibrations done for each instrument,
with instrument number shall be maintained by the contractor and shall be made available for
verification / counter signature by the Engineer-in-charge. Proper storage, handling and use of
these instruments shall be ensured so that their calibration does not get disturbed due to
weather factors etc., Frequency of the calibration shall be as decided by the Engineer-in-charge.
Tenderer
48 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
40. Quality Registers
The contractor shall maintain the Quality Test Registers at site in the format specified and
record therein the results of all the tests conducted. The relevant reports of the tests conducted
shall be maintained in a separate file.
Return of Site documents:
All the site records/ documents mentioned therein shall be returned to the Engineer-in-charge in
full shape after the satisfactory completion of the work.
41. Quality Control Inspections :
In addition to the normal inspections by the regular staff in charge of the construction of work,
periodical inspection by the Managing Director or his nominees, the work will also be inspected
the Architects and Project Management consultants for this project and any other authorized
external quality control agencies. If any sub-standard materials, work or workmanship is
noticed, action will be taken based on their observations and these will be affected by the
Engineer-in-charge of the execution of the work.
42. Quality Audit:
The Department may engage external agencies for conducting quality audit in which case the
following methodology would be adopted:
i) The external agencies shall conduct quality control tests as per the standard procedures in the
presence of Construction and Quality Control Engineers and the Contractor.
ii) The observations of the external agencies on the quality of work should be recorded then and
there and signatures of all the concerned obtained as a token of acceptance of the observations.
iii) If any sub-standard materials, work or workmanship is noticed, action will be taken based on
their observations and these will be affected by the Engineer-in-charge of the execution of the
work.
D. COST CONTROL
43. Bill of Quantities:
43.1 The Bill of Quantities shall contain items for the construction work to be done by the Contractor.
43.2 The Contractor is paid for the quantity of the work done at the estimate rate in the Bill of
Quantities for each item plus or minus Tender percentage.
44. Changes in the quantities :
44.1 The contractor is bound to execute all supplemental works that are found essential, incidental
and inevitable during execution of main work.
44.2 The payment of rates for such supplemental items of work will be regulated as under;
Supplemental items directly deducible from similar items in the original agreement.
44.2.1 The rates shall be derived by adding to or subtracting from the agreement rate of such similar
item the cost of the difference in the quantity of materials, labour between the new items and
similar items in the agreement worked out with reference to the Schedule of Rates adopted in
the sanctioned estimate with which the tenders are accepted plus or minus over all tender
percentage.
44.2.2 (a) Similar items but the rates of which cannot be directly deduced from the original
agreement.
(b)Purely new items which do not correspond to any item in the agreement.
44.2.3 The rates of all such items shall be Estimated Rates plus or minus overall Tender premium.
45. Extra Items:
45.1 Extra items of work shall not vitiate the contract. The contractor shall be bound to execute extra
items of work as directed by the Engineer-in-Charge. The rates for extra items shall be worked
out by the Executive Engineer as per the conditions of the Contract and the same are binding on
the Contractor.
Tenderer
49 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
45.2 The contractor shall before the 15th day of each month, submit in writing to the Executive
Engineer a statement of extra items if any that they have executed during the preceding month
failing which the contractor shall not be entitled to claim any.
45.3.2 Entrustment of the additional items contingent on the main work will be authorised by the
officers up to the monetary limits up to which they themselves are competent to accept items in the
original agreement so long as the total amounts up to which they are competent to accept in an original
agreement rates for such items shall be worked out in accordance with the procedure (I) For all items of
work in excess of the quantities shown in the Bill of Quantities of the Tenders, the rate payable for such
items shall be estimate rates for the items (+) or (-) over all tender percentage accepted by the competent
authority.
45.3.3 Entrustment of either the additional or supplemental items shall be subject to the provisions of
the agreement entered into by a Competent Authority after the tender is accepted. The Chief
Engineer being the authority next higher to the Superintending Engineer, who entered into the
agreement approves the rate for the items / variation in quantity in the current agreement. The
items shall not be ordered by an officer on his own responsibility if the revised estimate or
deviation statement providing for the same requires the sanction of higher authority.
Note: It may be noted that the term Estimate Rate used above means the rate in the sanctioned
estimate with which the tenders are accepted, or if no such rates is available in the estimate, the
rate derived will be with reference to the Standard Schedule of Rates adopted in the sanctioned
estimate with which tenders are accepted.
46.5 The Engineer-in-charge may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later information.
47. Payments:
The Payment for the work done by the contractor will be made for the finished work by the
department based on the measurements recorded in measurement books and check measured
by the Department Engineers
a. PROCEDURE
Tenderer
50 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
b. Mode of measurements
i. The measurements shall be recorded and entered in computerized format in the first instance by
the contractor, and a hard copy shall be submitted to the Deparrtment. All entries shall be made
exactly as per the existing procedures.
ii. These measurements shall then be 100% checked by the Assistant Engineer/Assistant Executive
Engineer. The contractor shall incorporate all such changes or corrections, as may be done
during these checks, to his draft computerized measurements, and submit to the department the
corrected computerized measurements in the form of a book, duly hard bound in red colour on
the lines of the conventional Measurement Books now in use, and with its pages machine
numbered.
iii. The Deputy Executive Engineer and the Executive Engineer shall test check these computerized
Measurements as per the existing instructions. This book shall be treated as a computerized
measurement book
iv. The Assistant Engineer, Assistant Executive Engineer, Deputy Executive Engineer and the
Executive Engineer shall record the necessary certificates for their checks as per the existing
procedure in this Computerised measurement books
v. The Computerized Measurement Books shall be allotted a serial number as per the Register of
Computerized Measurement Books, separately.
i. The Computerized Measurement Books given by the contractor, duly bound, with its pages
machine numbered, shall have no cutting or over-writing without any loose sheets.
ii. In case of any error, the Computerized Measurement Books shall be cancelled, and the contractor
shall re-submit a fresh Computerized Measurement Book. This should be done before the
corresponding computerized bill is submitted to the Division for payment.
iii. The contractor shall submit as many copies of Computerized Measurement Books as may be
required, for the purpose of reference and record in the various offices of the department.
ii. The contractor shall submit as many copies of the computerized bills as required for the purpose
of reference and record in the department.
iii. The bill shall be carried forward from the previous running account bills as per the existing
procedure.
iv. These computerized bills shall be processed by the various offices for payment, as per the
existing procedure.
v. When a payment is based on Standard Measurements, the following certificate should invariably
be recorded on the bill, in his own handwriting, by the Engineer, examining or verifying it:
“Certified that the whole of the work billed for herein has been actually done, and that no portion
thereof has been previously billed for in any shape.”
e. The actual volume of stone and aggregates shall be computed after deducting the
following percentages from the volume computed by stack measurements.
48.1.B In case of over payments or wrong payment if any made to the contractor due to wrong
interpretation of the provisions of the contract, APSS or Contract conditions etc., such
unauthorized payment will be deducted in the subsequent bills or final bill for the work or from
the bills under any other contracts with the Government or at any time there after from the
deposits available with the Government.
48.1.C Any recovery or recoveries advised by the Government Department either state or central, due to
non-fulfillment of any contract entered into with them by the contractor shall be recovered from
any bill or deposits of the contractor.
48.1.D No claim shall be entertained, if the same is not represented in writing to the Engineer-in-Charge
within 15 days of its occurrence.
48.1.E. The contractor is not eligible for any compensation for inevitable delay in handing over the site or
for any other reason. In such case, suitable extensions of time will be granted after considering the
merits of the case.
48.2 Intermediate Payments:
48.1.A For earthwork in cutting, 10% of the quantity will be with-held for intermediate
payments and the same will be released after completing the work to the
profiles as per drawings and disposal of the spoil material at the specified
places and handing over the balance useful stone. For this purpose a length of
25 m. will be taken as a Unit.
48.1.B For earth work, embankment formation work, 10% of the quantity will be withheld for
intermediate payments and the same will be released after completing the bund
to the profiles as per drawings including trimming of side slopes and all other
works contingent to the bund profile. For this purpose, 25 m of length will be
taken as a Unit.
48.1.C For the structure works either with masonry or concrete where the height of structure is
more than three meters, the quantities executed in the lower level will be
withheld at the rate of one percent for every three meters height, if the balance
height o the structure work is more than three meters in being over the
executed level and the same will be released only after the entire work is
completed as certified by the Engineer-in-Charge.
48.1.D For C.M. & C.D. works and for lining works, spread over more than 2 Km. In length 5
percent of the concrete and Masonry quantities will be with held and the same
will be released after completion of all C.M. & C.D. works and lining for the
entire length certified by the Engineer-in-Charge.
48.1.E Where payment is intended for aggregates by Bill of Quantities item based on stack
measurements, 10% of the quantity measured will be withheld. No payment or
advance will be made for unfixed materials when the rates are for finished work
in site.
48.2 Recovery towards useful materials like earth, stone etc recovered from
earthwork excavation:
Recovery shall be made from the bills payable to the contractor towards the value of useful materials like
sand, stone, clay, ballast, earth, trees and shrubs or other materials obtained in the excavation made or
lying on the site of the work, either useful for reuse on the work or elsewhere.
Tenderer
52 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
49 Certificate of Completion of works:
50.1 Certificate of Completion of works:
49.1.A When the whole of the work has been completed and has satisfactory passed any final
test that may be prescribed by the Contract, the Contractor may give a notice to
that effect to the Engineer-in-Charge accompanied by an undertaking to
carryout any rectification work during the period of maintenance, such notice
and undertaking shall be in writing and shall be deemed to be request by the
Contractor for the Engineer-in-Charge to issue a Certificate of completion in
respect of the Works. The Engineer-in-Charge shall, within twenty one days of
the date of delivery of such notice either issue to the Contractor, a certificate of
completion stating the date on which, in his opinion, the works were completed
in accordance with the Contract or give instructions in writing to the Contractor
specifying all the Works which, in the Engineer-in-Charge'’ opinion, required to
be done by the Contractor before the issue of such Certificate. The Engineer-in-
Charge shall also notify the Contractor of any defects in the Works affecting
completion that may appear after such instructions and before completion of
the Works specified there in. The Contractor shall be entitled to receive such
Certificate of the Completion within twenty one days of completion to the
satisfaction of the Engineer-in-Charge of the Works so specified and making
good of any defects so notified.
49.1.B Similarly, the Contractor may request and the Engineer-in-Charge shall issue a
Certificate of Completion in respect of:
a) Any section of the Permanent works in respect of which a separate time for completion
is provided in the Contract, and
b) Any substantial part of the Permanent Works which has been both completed to the
satisfaction of the Engineer-in-Charge and occupied or used by the Department.
c) If any part of the Permanent Works shall have been completed and shall have
satisfactorily passed any final test that may be prescribed by the Contract, the Engineer-
in-Charge may issue such certificate, and the Contractor shall be deemed to have
undertaken to complete any outstanding work in that part of the Works during the
period of Maintenance.
50 Taxes:
50.1. The percentage quoted by the contractor shall be deemed to be exclusive of GST on all
materials that the contractor will have to purchase for performance of this contract. The
contractor shall be responsible for the payment of taxes, duties, fees etc., wherever
payable.
50.2 Any Central or State sales and other taxes on completed items of works of this contract as
may be levied and paid by the contractor shall be reimbursed by the department to the
contractor on proof of payment to the extent indicated in Part-II of Schedule-A.
51 Price Adjustment :
51.1 Price adjustment is applicable for a) Steel, Cement on the works in accordance with
Government Orders As per G.O.Ms No.94 dated 16-04-2008 of T, R&B (R-I) Department and
b) for all other materials ,Labour & Machinery on the works in accordance with Government
Orders as per Go Ms. No. 35 TR&B (R-I) Dept. dated 30.1.2009 . Apart from the
above Government Orders Para No.9 (i.e. treatment of Price Adjustment) of G.O.Ms.No.1, Finance
(Works & Projects-F7) Department Dated:25-02-2012 towards Price Adjustment is also
applicable
51.2 The Price Adjustment shall be both for increase and decrease in the prices for the works
completed within the original agreement period.
51..3 The price adjustment shall apply only for the work carried out within the agreement period and
shall not apply to work carried out beyond the agreed period of completion.
51.4 The variation clause will be when the variation in rates is more or less than 5% of the rate
provided in the technical sanctioned estimate based on which bids are invited or All India
wholesale price index as stipulated in the G.O.Ms no 35, T(R&B) (R.I) Dept., dated 28/2/2006 on
the date twenty eight days prior to closing date of submission of bids whichever is advantageous
to the department.
51.5. To the extent that full compensation for any rise or fall costs to the contractor is not covered by
the provisions of this or other clauses in the contract, the unit rate and prices included in the
contact shall be deemed to include amounts to cover the contingency of such rise or fall in costs.
52 Retention:
The department shall retain from each payment due to the contractor @ the rate of 7.5% of bill amount
until completion of the whole of the works.
Tenderer
53 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
1. On completion of the whole of the works , 5% of the total amount retained is re-paid to the
Contractor along with final bill and 2 ½% when the Defects Liability Period has passed and
the Engineer-in-Charge has certified that all the Defects notified by the Engineer-in-Charge
to the Contractor before the end of this period have been corrected.
53.Liquidated Damages :
53.1 If for any reason, which does not entitle the contractor to an extension of item, the rate
of progress of works, or any section is at any time, in the opinion of the Superintending
Engineer too slow to ensure completion by the prescribed time or extended time for
completion Superintending Engineer(R&B) Circle,Yadadri Bhuvanagiri shall so notify
the contractor in writing and the contractor shall there upon take such steps as are
necessary and the Superintending Engineer(R&B) Circle,Yadadri Bhuvanagiri may
approve to expedite progress so as to complete the works or such section by the prescribed
time or extended time. The contractor shall not be entitled to any additional payment for
taking such steps. If as a result of any notice given by the Superintending Engineer(R&B)
Circle,Yadadri Bhuvanagiri under this clause the contractor shall seek the Superintending
Engineer(R&B) Circle,Yadadri Bhuvanagiri permission to do any work at night or on
Sundays, if locally recognized as days or rest, or their locally recognized equivalent, such
permission shall not be unreasonably refused.
53.2 If the contractor fails to complete whole of the works or any part thereof or section of
the works within the stipulated periods of individual mile stones (including any bonafide
extensions allowed by the competent authority without levying liquidated damages), the
Superintending Engineer may without prejudice to any other method of recovery will deduct
one tenth of one percent of contract value per calendar day or part of the day for the period
of delays subject to a maximum of 10% of the contract value not as a penalty from any
monies in his hands due or which may become due to the contractor. The payment or
deductions of such damages shall not relieve the contractor from his obligation to complete
the works, or from any other of his obligations and liabilities under the contract.
53.3 The liquidated damages for the whole of the work will be filled up at the time of
concluding agreement.
Minimum percentage of work to be
Mile stone Period from the date
completed
No. of signing agreement
(Cumulative)
Milestone-1 6 months 25% of work to be completed
The maximum amount of liquidated damages for the whole of the works is ten percent of final
Contract price.
The milestones will be filled at the time of agreement after obtaining a program of the work.
62. Termination:
a. The Department may terminate the Contract if the contractor causes a fundamental
breach of the Contract.
b. Fundamental breaches of Contract include, but shall not be limited to the following.
a) The Contractor stops work for 28 days when no stoppage of work is shown on the
current program and the stoppage has not been authorised by the Engineer-in-Charge.
b) The Contractor is made bankrupt or goes into liquidation other than for a reconstruction
or amalgamation.
e) The Contractor has delayed the completion of works by the number of days for which
the maximum amount of liquidated damages can be paid as defined.
g) The contractor has contravened Sub-Clause 5 of Conditions of Contract and sublet the
work.
h) The contractor does not adhere to the agreed construction program ( Clause 24.1, 24.2,
24.3, 24.4 of Conditions of contract) and also fails to take satisfactory remedial action as
per agreements reached in the managerial meeting (Clause 31) for a period of 15 days.
i) The Contractor fails to carry out the instructions of Engineer-in-charge within a
reasonable time determined by the Engineer-in-charge.
For the purpose of this paragraph: “corrupt practice” means the offering, giving, receiving or
soliciting of any thing of value to influence the action of a public official in the procurement
process or in contract execution. “Fraudulent practice” means a misrepresentation of facts in
order to influence a procurement process or the execution of a contract to the detriment o the
Government and includes collusive practice among Tenderers (prior to or after Tender
submission) designed to establish Tender prices at artificial non-competitive levels and to
deprive the Government of the benefits of free and open competition.
c. Notwithstanding the above, the Department may terminate the contract for
convenience.
d. If the Contract is terminated, the Contractor shall stop work immediately, make the Site
safe and secured leave the Site as soon as reasonably possible.
Tenderer
55 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
b. In case of default for payment within 28 days from the date of issue of notice to the
above effect, the contractor shall be liable to pay interest at 12% per annum for the
period of delay.
64. Property:
a. All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to
be the property of the Department if the Contract is terminated because of Contractor’s
default.
The contractor will pay the bills of Electricity Board for the cost of power consumed by him.
The contractor shall satisfy all the conditions and rules required as per Indian Electricity Act
1910 and under rule –45(I) of the Indian Electricity Rules, 1956 as amended from time to time
and other pertinent rules.
b) The contractor will have to make his own arrangements to lay and maintain the
necessary distribution lines and wiring for the camp at his own cost. The layout and the
methods of laying the lines and wiring shall have the prior approval of the Engineer-in-
Charge. All camp area shall be properly electrified. All lines, streets, approaches for the
camp etc., shall be sufficiently lighted for the safety of staff and labour of the contractor,
at the cost of the Contractor and it will be subject to the approval of the Engineer-in-
Charge.
68. Land:
a. Land for Contractor’s use:
The contractor will be permitted to use Government land for execution of work. The contractor
shall have to make his own arrangements for acquiring and clearing the site, leveling, providing
drainage and other facilities for labour staff colonies, site office, work-shop or stores and for
related activities. The Contractor shall apply to the Department within a reasonable time after
the award of the contract and at least 30 days in advance of its use, the details of land required
by him for the work at site and the land required for his camp and should any private land which
has not been acquired, be required by the contractor for his use. The same may be acquired by
the contractor at his own cost by private negotiations and no claim shall be admissible to him on
this account.
The Engineer-in-Charge reserves the right to refuse permission for use of any government land
for which no claim or compensation shall be admissible to the contractor. The contractor shall,
however, not be required to pay cost or any rent for the Government land given to him.
Tenderer
56 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
the receipt of due notice from the Engineer-in-Charge, vacate and surrender the land which the
Engineer-in-Charge may certify as no longer required by the Contractor for the purpose of the
work.
b) The contractor shall make good to the satisfaction of the Engineer-in-Charge any damage to
areas, which he has to return or to other property or land handed over to him for purpose of this
work. Temporary structures may be erected by the contractor for storage sheds, offices,
residences etc., for non-commercial use, with the permission of the Executive Engineer on the
land handed over to him at his own cost. At the completion of the work these structures shall be
dismantled site cleared and handed over to the Executive Engineer. The land required for
providing amenities will be given free of cost from Government lands if available otherwise the
contractor shall have to make his own arrangements.
69. Roads:
In addition to existing public roads and roads Constructed by Government, if any, in work area all
additional approach roads inside work area and camp required by the Contractor shall be
constructed and maintained by him at his own cost. The layout design, construction and
maintenance etc. of the roads shall be subject to the approval of the Engineer-in-Charge. The
contractor shall permit the use of these roads by the Government free of charge.
It is possible that work at, or in the vicinity of the work site will be performed by the Government
or by other contractors engaged in work for the Government during the contract period. The
contractor shall without charge permit the government and such other contractor and other
workmen to use the access facilities including roads and other facilities, constructed and
acquired by the contractor for use in the performance of the works.
The contractor’s heavy construction traffic or tracked equipment shall not traverse any public
roads or bridges unless the contractor has made arrangement with the authority concerned. In
case contractor’s heavy construction traffic or tracked equipment is not allowed to traverse any
public roads or bridges and the contractor is required to make some alternative arrangements,
no claim on this account shall be entertained.
The contractor is cautioned to take necessary precautions in transportation of construction
materials to avoid accidents.
70. Payment for Camp Construction:
No payment will be made to the contractor for construction, operation and maintenance of camp
and other camp facilities and the entire cost of such work shall be deemed to have been included
in the tendered rate for the various items of work in the schedule of quantities and bids.
72. Labour:
The contractor shall, make his own arrangements for the engagement of all staff and labour, local
or other, and for their payment, housing, feeding and transport.
Labour importation and amenities to labour and contractor’s staff shall be to the contractor’s
account. His quoted percentage shall include the expenditure towards importation of labour
amenities to labour and staff;
a. Transportation of Labour:
I. The contractor shall make his own arrangement for the daily transportation of the labour and
staff from labour camps colonies to the work spot and no labour or staff of the contractor shall
stay at the work spot. No extra payment will be made to the contractor for the above
Tenderer
57 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
transportation of the labour and his quoted percentage to the work shall include the
transportation charges of labour from colonies to work spot and back.
II. The contractor will at all times duly observe the provisions of employment of children Act XXVI
of 1938 and any enactment or modification of the same and will not employ or permit any
person to do any work for the purpose under the provisions of this agreement in contravention
of said Act. The contractor here by agrees to indemnify the department from and against all
claims, penalties which may be suffered by the department or any person employed by the
department by any default on the part of the contractor in the observance and performance of
the provisions of the employment of children Act. XXVI of 1938 or any enactment or modification
of the same.
As per Govt. memo No.721/Gr.(1)/81-35, dt:17.11.87. The contractor shall obtain the insurance
at his own cost to cover the risk on the works to labour engaged by him during period of
execution against fire and other usual risks and produce the same to the Executive Engineer
concerned before commencement of work.
73. Safety Measures:
1. The contractor shall take necessary precautions for safety of the workers and preserving their
health while working in such jobs, which require special protection and precautions. The
following are some of the measures listed but they are not exhaustive and contractor shall add to
and augment these precautions on his own initiative where necessary and shall comply with
directions issued by the Executive Engineer or on his behalf from time to time and at all times.
2. Providing protective foot wear to workers situations like mixing and placing of mortar or
concrete sand in quarries and places where the work is done under much wet conditions.
3. Providing protective head wear to workers at places like under ground excavations to protect
them against rock falls.
4. Providing masks to workers at granulates or at other locations where too much fine dust is
floating about and sprinkling water at frequent intervals by water hoses on all stone crushing
area and storage bins abate to dust.
5. Getting the workers in such jobs periodically examined for chest trouble due to too much
breathing in to fine dust.
6. Taking such normal precautions like fencing and lightening in excavation of trenches, not
allowing rolls and metal parts of useless timber spread around, making danger areas for blasting
providing whistles etc.
7. Supply work men with proper belts, ropes etc., when working in precarious slopes etc.
8. Avoiding uninsulated electrical wire etc., as they would electrocute the works.
9. Taking necessary steps towards training the workers concerned on the machinery before they
are allowed to handle them independently and taking all necessary precautions in around the
areas where machines hoists and similar units are working.
2. “Fair” wages means wages whether for time of piecework notified by the Government from time
in the area in which the work is situated.
3. The contractor shall not with-standing the revisions of any contract to the contrary cause to be
paid to the labour, in directly engaged on the work including any labour engaged by the sub-
contractor in connection with the said work, as if the labourers had been directly employed by
him.
4. In respect of labour directly or indirectly employed in the works for the purpose of the
contractors part of the agreement the contractor shall comply with the rules and regulations on
the maintenance of suitable records prescribed for this purpose from time to time by the
Government. He shall maintain his accounts and vouchers on the payment of wages to the
labourers to the satisfaction of the Executive Engineer.
5. The Executive Engineer shall have the right to call for such record as required to satisfy himself
on the payment of fair wages to the labourers and shall have the right to deduct from the
contract amount a suitable amount for making good the loss suffered by the worker or workers
by reason of the “fair wages” clause to the workers.
6. The contractor shall be primarily liable for all payments to be made and for the observance of the
regulations framed by the Govt. from time to time without prejudice to his right to claim
indemnity from his sub-contractors.
7. As per contract labour (Regulation and abolition) Act. 1970 the contractor has to produce the
license obtained from the licensing officers of the labour department along with the tender or at
the time of agreement.
8. Any violation of the conditions above shall be deemed to be a breach of his contract.
9. Equal wages are to be paid for both men and women if the nature of work is same and similar.
Tenderer
58 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
10. The contractor shall arrange for the recruitment of skilled and unskilled labour local and
imported to the extent necessary to complete the work within the agreed period as directed by
the Executive Engineer in writing.
The employees of the Contractor and the Sub-contractor in no case shall be treated as
the employees of the Department at any point of time.
77. Salient features of some major labour laws applicable to establishment engaged in
buildings and other construction work:
(a) Workmen compensation Act 1923: The Act provides for compensation in case if injury by
accident arising out of and during the course of employment.
(b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of
certain conditions on separation if any employee has completed 5 years service or more, or on
death, the rate of 15 days wages for every completed year of service. The Act is applicable to all
establishments, employing 10 or more employees.
(c) Employees P.F. and Miscellaneous provision Act 1952: The Act provides for monthly
contributions by the Department plus workers @ 10% or 8.33%. The benefits payable under the
Act are:
(i) Pension or family pension on retirement or death, as the case may be.
(d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women
employees in case of confinements or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare
measures to be provided by the contractor to contract labour and in case the Contractor fails to
provide, the same are required to be provided by the Principal Department by Law. The
Principal Department is required to take certificate of Registration and the contractor is required
to take license from the designated Officer. The Act is applicable to the establishments or
Contractor of Principal Department if they employ 20 or more contract labour.
Tenderer
59 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
(f) Minimum wages Act 1948: The Department is supposed to pay not less than the Minimum
wages fixed by appropriate Government as per provisions of the Act if the employment is a
scheduled employment construction of Buildings, Roads, Runways are scheduled employment.
(g) Payment of wages Act 1936: It lays down as to by what date the wages are to be paid, when
it will be paid and what deductions can be made form the wages of the workers.
(h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal
nature to Male or Female workers and for not making discrimination against Female employee in
the matters of transfers, training and promotions etc.
(i) Payment of Bonus Act 1965: The Act Is applicable to all establishments employing 20 or
more employees. The Act provides for payment of annual bonus subject to a minimum of 8.33%
of wages and maximum of 20% of wages to employees drawing Rs. 3500/- per month or less.
The bonus to be paid to employees getting Rs.2500/- per months or above and up to Rs.3500/-
per month shall be worked out by taking wages as Rs.2500/- per monthly only. The Act does not
apply to certain establishments. The newly set-up establishments are exempted for five years in
certain circumstances. Some of the State Governments have reduced the employment size from
20 to 10 for the purpose of applicability of this Act.
(j) Industrial Disputes Act 1947:The Act lays down the machinery and procedure for resolution of
Industrial disputes, in what situations a strike or lock- out becomes illegal and what are the
requirements for laying off or retrenching the employees or closing down the establishment.
(k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments
employing 100 or more workmen (employment size reduced by some of the State and Central
Government to 50). The Act provides for laying down rules governing the conditions of
employment by the Department on matters provided in the Act and get the same certified by the
designated Authority.
(l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of
workmen and Departments. The Trade Unions registered under the act have been given certain
immunities from civil and criminal liabilities.
(m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children
below 14 years of age in certain occupations and processes and provides for regulation of
employment of children in all other occupations and processes; Employment Child Labour is
prohibited in Building and Construction Industry.
(n) Inter-State Migrant workmen’s (Regulation of Employment & Conditions of service) Act 1979:
The Act applicable to an establishment, which employs 5 or more inter-state migrant workmen
through an intermediary (who has recruited workmen in one state for employment in the
establishment situated in another State). The inter State migrant workmen, in an establishment
to which this Act becomes applicable, are required to be provided certain facilities such as
housing, medical aid, travelling expenses from home up to the establishment and back, etc.
(o) The Building and Other Construction workers (regulation of Employment and conditions of
service) Act 1996 and the Cess Act of 1996: All the establishments who carryon any building or
other construction work and employs 10 or more workers are covered under this Act. All such
establishments are required to pay cess at the rate not exceeding 2% of the cost of construction
as may be modified by the Government. The Department of the establishment is required to
provide safety measures at the Building or construction work and other welfare measures, such
as Canteens, First-aid facilities, Ambulance, Housing accommodations for workers near the work
place etc. The Department to whom the Act applies has to obtain a registration certificate from
the Registering Officer appointed by the Government.
(p) Factories Act 1948: The Act lays down the procedure for approval of plans before setting up
a factory, health and safety provisions, welfare provisions, working hours, annual earned leave
and rendering information regarding accidents or dangerous occurrences to designated
authorities. It is applicable to premises employing 10 person or more with aid of power or 20 or
more persons without the aid of power engaged in manufacturing process.
Tenderer
60 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
b. In the event of an accident in respect of which compensation may become payable under
the workmen’s compensation Act VIII 23 whether by the contractor, by the Government
it shall be lawful for the Executive Engineer to retain such sum of money which may in
the opinion of the Executive Engineer be sufficient to meet such liability. The opinion of
the Executive Engineer shall be final in regard to all matters arising under this clause.
c. The contractor shall at all times indemnify the Govt. of A.P. against all claims which may
be made under the workmen’s compensation act or any statutory modification
thereafter or rules thereunder or otherwise consequent of any damage or compensation
payable in consequent of any accident or injuries sustained or death of any workmen
engaged in the performance of the business relating to the contractor.
(b) The Contractor shall at all times submit details of skilled and unskilled labour and equipment
employed to the Engineer-in-Charge in prescribed proforma as he may require to assess and
ensure the proper progress of work.
(c) If the contractor does not employ the technical person agreed to on the work a fine of
Rs.25,000/- will be imposed. If he does not employ for 30 days, thereafter it becomes a
fundamental breach of contract.
81. Relationship :
Contractor shall have to furnish information along with tender, about the relationship he is
having with any officer of the Department, Government of Andhra Pradesh/Telangana of the
rank Assistant Engineer and above engaged in the work and any officer of the rank of Assistant
Secretary and above of the Department of Government of Andhra Pradesh/Telangana
(ii) Adequate lighting, supervision and safety measures are established to the satisfaction of
the Engineer-in-Charge and
(iii) The construction programme given by the Contractor and agreed upon by the Engineer-
in-Charge envisages such night working or working during Sundays or authorised
holidays.
84. Layout of materials stacks:
The contractor shall deposit materials for the purpose of the work on such parts only of the
ground as may be approved by the Engineer-in-Charge before starting work. A detailed survey,
clearly indicating position and areas where materials shall be stacked and sheds built is to be
conducted by the contractor at his own cost and only after obtaining necessary approval of the
plan for use of sites by the Engineer-in-Charge, the Contractor can use the sites accordingly.
Tenderer
61 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
hampered, in such cases if any claim is made by other agencies that should be borne by the
contractor. Carriage of blasting materials, from the magazine to the work site, is the
responsibility of the contractor.
b. It is to expressly and clearly understood that contractor shall make his own
arrangements to equip himself with all machinery and special tools and plant for the
speedy and proper execution of the work and the department does not undertake
responsibility towards their supply.
c. The department shall supply such of the machinery that may be available on hire basis
but their supply cannot be demanded as matter of right and no delay in progress can be
attributed to such non-supply of the plant by the department and the department cannot
be made liable for any damage to the contractor. The Contractor shall be responsible for
safe custody of the departmental machinery supplied to him (which will be delivered to
contractor at the machinery yard at site of work) and he has to make good all damages
and losses if any other than fire, wear and tear to bring it to the conditions that existed
at the time of issue to the contractor before handing over the same to the department.
The hire charges for the machinery handed over to the contractor will be recovered at
the rate prevalent at the time of supply. The contractor will have to execute
supplemental agreement with Executive Engineer at the time of supply of the
machinery.
b. The contractor shall promptly inform the Department and the Engineer-in-Charge of any
error, omission, fault and such defect in the design of or specifications for the works
which are discovered when reviewing the contract documents or in the process of
execution of the works.
c. If Contractor believes that a decision taken by the Engineer-in-Charge was either outside
the authority given to the Engineer-in-Charge by the Contract or that the decision was
wrongly taken, the decision shall be referred to the technical expert within 14 days of
the notification of the Engineer-in-Charge’s decisions.
Tenderer
62 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
d. Pending finalisation of disputes, the contractor shall proceed with execution of work
with all due diligence.
c) All vehicles used by the contractor shall be clearly marked with contractor’s name.
d) The contractor shall be responsible for the security of the works for the duration of the contract
and shall provide and maintain continuously adequate security personnel to fulfill these
obligations. The requirements of security measures shall include, but not limited to maintenance
of order on the site, provision of all lighting, fencing, guard flagmen and all other measures
necessary for the protection of the works within the colonies, camps and elsewhere on the site,
all materials delivered to the site, all persons employed in connection with the works
continuously throughout working and non working period including nights, Sundays and
holidays for duration of the contract.
e) Other contractors working on the site concurrently with the contractor will provide security for
their own plant and materials. However, their security provisions shall in no way relieve the
contractor of his responsibilities in this respect
f) Separate payment will not be made for provision of security services and its cost shall be deemed
to have been included in the offer of tender / contract.
94.1 The contractor shall implement the sanitary and watch and ward rules and regulations for all
forces employed under this contract and if the Contractor fails to enforce these rules, the
Engineer-in-Charge may enforce them at the expenses of the Contractor.
The contractor’s special attention is invited to clause 37, 38, 39 and 51 of the preliminary
specification to the A.P.S.S. and he is required to provide at his own expenses the following
amenities to the satisfaction of Engineer-in-charge concerned.
First Aid: At the work site there shall be maintained in a readily accessible place, first aid
appliances and medicine including adequate supply of sterilized dressing and sterilized cotton
wool. The appliance shall be kept in good order. They shall be placed under the charge of a
responsible person, who shall be readily available during working hours.
94.2 Drinking water:
Water of good quality for drinking purpose shall be provided for the worker on a scale of not less
than 2 gallons per head per day.
a) Where drinking water is obtained from an intermittent public water supply each work site shall
be provided with a storage tank, where such drinking water shall be stored.
b) Every water supply storage shall be at a distance of not less than 10 M. from any latrine drain or
other source of pollution where water has to be drained. Any existing well, which is within such
proximity of any latrine, drain or other source of pollution, the well shall be properly chlorinated
before water is drawn from it for drinking. All such wells shall be dust and water proof.
c) A reliable pump shall be fitted to each inner well. The trap door shall be keep locked and opened
only for inspection or cleaning which shall be done at least once a month.
94.3 Washing and bathing place:
Adequate washing and bathing places shall be provided separately for men and women. Such
place shall be keep clean and well drained, bathing or washing should not be allowed in or near
any drinking water well.
94.4 Latrine and Urinals:
Tenderer
63 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
There shall be provided within the area of every work site latrines and urinals in an accessible
place to men and women separately. For each of them shall be on the following scales or the
scale as directed by Engineer-in-charge in any particular case.
(i). Where the number of persons
employed does not exceed 50 2
The excrete from the latrines shall be disposed off at the contractors expenses in a way approved
by the local public health authority. The contractor shall also employ adequate number of
scavengers and conservancy shall to keep the latrines and urinals in a clean condition.
90.6 Shelters during Rest:
At the work site there shall be provided free of cost two suitable sheds, one for meals and other
for rest for the use of workers.
90.7 Crèches:
At every work site at which 50 or more women workers are ordinarily employed there shall be
provided two huts of suitable size for use of children under the age of 6 years. One hut shall be
used for infants games and other as a bed room. The hut shall be constructed on a standard not
lower than the following.
1. Thatched roots
2. Mud floors and wall
3. Planks spread over the mud floor and covered with matting. The use of huts shall be
restricted to children their attendants and mothers of the children.
94.8 Land should be acquired temporarily for Storing Contractor’s materials or for housing their staff.
The contractor should make his own arrangements for temporary acquisition of land required
for storing his materials and for the housing of his staff at his own expenses
90 Training of personnel:
The contractor, shall, if and as directed by the Engineer-in-Charge provide free of any charge
adequate facilities, for vocational training of Government Officers, students, Engineers,
supervisors, foremen, skilled workmen etc. not exceeding six in number at any one time on the
contractor’s work. Their salaries, allowances etc. will be borne by the Government and the
training schemes will be drawn up by the Engineer-in-Charge in consultation with the
contractor.
91 Ecological balance:
a) The contractor shall maintain ecological balance by preventing de-forestation, water pollution
and defacing of natural landscape. The contractor shall so conduct his construction operation as
to prevent any unnecessary destruction, scarring, or defacing of the natural surrounding in the
vicinity of the work. In respect of the ecological balance, Contractor shall observe the following
instructions.
i) Where unnecessary destruction, scarring, damage or defacing may occur, as result of the
operation, the same shall be repaired replanted or otherwise corrected at the
contractor’s expense. The contractor shall adopt precautions when using explosives,
which will prevent scattering of rocks or other debris outside the work area. All work
area including borrow areas shall be smoothened and graded in a manner to conform to
the natural appearances of the landscape as directed by the Engineer-in-Charge.
ii) All trees and shrubbery which are not specifically required to be cleared or removed for
construction purposes shall be preserved and shall be protected from any damage that
may be caused by the contractor’s construction operation and equipment. The removal
of trees and shrubs will be permitted only after prior approval by the Engineer-in-
Charge. Special care shall be exercised where trees or shrubs are exposed to injuries by
construction equipment, blasting, excavating, dumping, chemical damage or other
operation and the contractor shall adequately protect such trees by use of protective
barriers or other methods approval by the Engineer-in-Charge. Trees shall not be used
Tenderer
64 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
for anchorages. The contractor shall be responsible for injuries to trees and shrubs
caused by his operations. The term “injury” shall include, without limitation bruising,
scarring, tearing and breaking of roots, trunks or branches. All injured trees and shrubs
be restored as nearly as practicable without delay to their original condition at the
contractor’s expense.
(iii) The contractor’s construction activities shall be performed by methods that will present
entrance or accidental spillage of solid matter contaminants, debris and other
objectionable pollutants and wastage into river. Such pollutant and waste include earth
and earth products, garbage, cement concrete, sewage effluent, industrial wastes, radio-
active substances, mercury, oil and other petroleum products, aggregate processing,
mineral salts and thermal pollution. Pollutants and wastes shall be disposed off in a
manner and at sites approved by the Engineer-in-Charge.
(iv) In conduct of construction activities and operation of equipments the contractor shall
utilise such practicable methods and devices as are reasonably available to control,
prevent and otherwise minimise the air pollution. The excessive omission of dust in to
the atmosphere will not be permitted during the manufacture, handling and storage of
concrete aggregates and the contractor shall use such methods and equipment as a
necessary for collection and disposal or prevention of dust during these operation. The
contractor’s methods of storing and handling cement shall also include means of
eliminating atmospheric discharges of dust, equipment and vehicles that give
objectionable omission of exhaust gases shall not be operated. Burning of materials
resulting from clearing of trees, bushes, combustible construction materials and rubbish
may be permitted only when atmospheric conditions for burning are considered
favorable.
b) Separate payment will not be made for complying with the provisions of this clause and all cost
shall be deemed to have been included in the unit rates and prices included in the contract if any
provision is not complied with within a reasonable time even after issue of a notice in this
respect, the necessary operations would be carried out by the Engineer-in-Charge at the cost of
the Contractor, Orders of the Engineer-in-Charge in this respect would be final and binding on
the contractor.
b) All the produce from such cutting of trees by the contractor shall remain the property of
Government and shall be properly stacked at site, approved by the Engineer-in-Charge. No
payment whatsoever shall be made for such cutting and its stacking by the Contractor. If any
produce from such cutting is not handed over to the Government by the contractor, he shall be
charged for the same at the rates to be decided by the Engineer-in-Charge. The recovery of this
amount shall be made in full from the intermediate bill that follows.
c) The contractor shall also make arrangements of fuel deposits for supply of required fuel for the
labourer to be employed for cooking purpose at his own cost in order to prevent destruction of
vegetation growth in the surrounding area of the work site.
93 Possession prior to completion:
The Engineer-in-charge shall have the right to take possession of or use any completed part of
work or works or any part there of under construction either temporarily or permanently. Such
possession or use shall not be deemed as an acceptance of any work either completed or not
completed in accordance with the contract with in the interest of Clause 28 of APSS except where
expressly otherwise specified by the Engineer-in-charge.
94 Payment upon termination:
If the contract is terminated because of a fundamental breach of contract by the contractor, the
Engineer-in-Charge shall issue a certificate for the value of the work done less advance payment
received upon the date of the issue of the certificate and less the percentage to apply to the work
not completed as indicated in the contract data. Additional liquidated damages shall not apply.
If the total amount due to the Department
exceeds any payment due to the contractor the difference shall be a debt payable to the
Department. In case of default for payment within 28 days from the date of issue of notice to the
above effect, the contractor shall be liable to pay interest at 12% per annum for the period of
delay.
95 Access to the contractor’s books:
Whenever it is considered necessary by the Engineer-in-Charge to ascertain the actual cost of
execution of any particular extra item of work or supply of the plant or material on which
Tenderer
65 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
advance is to be made or of extra items or claims, he shall direct the contractor to produce the
relevant documents such as payrolls, records of personnel, invoices of materials and any or all
data relevant to the item or necessary to determine its cost etc. and the contractor shall when so
required furnish all information pertaining to the aforesaid items in the mode and manner that
may be specified by the Engineer-in-Charge.
The Executive Engineer shall have the privilege of ordering modifications, omission or additions
at any time before the completion of the work and such orders shall not operate to annual those
portions of the specifications with which said changes do not conflict.
Engineer-in-Charge’s Decision:
It shall be accepted as in separable part of the contract that in matters regarding materials,
workmanship, removal of improper work, interpretation of the contract drawings and contract
specification, mode of the procedure and the carrying out o the work, the decision of the
Engineer-in-Charge, which shall be given in writing, shall be binding on the contractor.
b) Income Tax clearance certificate should be furnished before the payment of final bill.
The contractor’s staff, personnel and labour will be liable to pay personnel income taxes in respect of
their salaries and wages as are chargeable under the laws and regulations for the time being in
force, and the contractor shall perform such duties in regard to such deductions thereof as may
be imposed on him by such laws and regulations.
Tenderer
66 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
RATES OF SEIGNIORAGE FEE: G.O.Ms No.18, I & C(M1) Dept., Dt.31.03.2022
Seigniorage charges will be recovered as per rules from the work bills of the contract or based on the
theoretical requirement materials at the following rates.
102.2 The rates are liable to be revised and amended from time to time by the State Government, by
notification in the ‘Telangana Gazette’.
102.3 The Seigniorage charges are to be recovered as provided above in the agreement. Any escalation in
these charges beyond the provisions of the agreement is to be borne by the department debiting such
escalated amount to the works estimate concerned.
102.4 In case of decrease in seignorage charges, the rate provided in the agreement will be recovered
from the contractor and the difference amount will be credited to the work estimate.
102.5 The funds from DMF Trust is linked to the production of minerals & payment of seignorage fee i.e.,
30% of contribution on seignorage fee for quarry leases on application basis @ 10% of contribution on
seignorage fee for quarry leases granted through action rates w.e.f 12/01/2015 as per industries &
commerce (mines-I) Dept., Lr No. 3573/M.I(1)/2015, DT: 13.05.2015 & Govt Memo 2939/Blgs(2)/2016-
1, Dt: 26.05.2016. It is started that all Government Engineering Departments executing civil works shall
in addition to seignorage charges also recover 30% contribution towards DMF from contractors bills &
remit the scheduled banks & specified in 2nd schedule to RBI Act, 1934 & authorized by District Collector
& Magistrate as chair person of managing committee
GST for the works contract shall be as per GST Act 2017and will be implemented as per the orders of the
Govt., from time to time. at present GST @ 18% of works contract will be applicable. It is the liability of
the contractor to pay GST as applicable. The contractor will be reimbursed of the GST paid at 18% of each
bill amount.
104. Labour CESS: As per the Building and other Construction Workers Welfare CESS Act, 1996,
Section 3 of CESS Act, read with rule 4(3) of the cases rules and in accordance with S.O.No.2899, dt.28-03-
1996 of Government of India, 1% CESS will be deducted from the bills paid for works from the contractor.
105. NAC : As per G.O.Ms.No. 19, Transport (R&B) R-II Department, dt. 24.04.2015, 0.1% of the
value will deducted from the work bills and the same will be reimbursed.
105A : The contribution towards Telangana Green Fund i.e 0.01% from the work bills shall be
deducted which is not reimbursable. Accordingly, no provision shall be made in the estimates as
per GO Ms No. 17, Irrigation and CAD (Reforms) Dept; Dt. 13.05.2022 and GO Ms No, 17, Finance
(T&R) Dept; Dt. 18.02.2022
108. The contractor shall procure structural steel from JSW steel /SAIL/TATA/VIZAG STEEL. They shall
not be permitted to use structural steel bought from other manufactures.
Tenderer
67 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
109. For Wall and floor tiles, Doors, windows & Fixtures, Paints, Watersupply & Sanitary arrangements,
the list of approved manufactures/suppliers specified in SOR 2017-18 only shall be used.
TECHNICAL SPECIFICATIONS
[TO BE INCORPORATED AS PER REQUIREMENT OF THE WORK PUT TO TENDER DULY QUOTING THE
RELEVANT SPECIFICATION NUMBER OF APSS. BSI Code No., MORT&H, etc. STANDARD
SPECIFICATION NO.]
STANDARD SPECIFICATION FOR BUILDING WORK (AS PER A.P.S.S.)
All the items of work shall be executed as per the Standard Specifications laid down in APSS, the relevant
I.S Codes of the Special Specification as indicated in Schedule - 'A' of the tender
Specification
Sl. No. Name of the specification
No.of.APSS
1. STANDARD SPECIFICATION FOR MATERIALS
1.01 General 101
1.02 Common Burnt Clay Brick 102
1.03 Broken Brick 103
1.04 Surki 104
1.05 Fly Ash 105
1.06 Rough Stones for dry packed Revetments and aprons 106
1.07 Stone for Masonry 107
1.08 Broken Stone/Coarse Aggregate for Concrete 108
1.09 Marble 109
1.10 Sand 110
1.11 Lime 111
1.12 Portland Cement of not less than '43' glade 112
1.13 Lime Mortar 113
1.14 Surki Mortar 114
1.15 Cement Mortar 115
1.16 Cement Lime Mortar 116
1.17 Sebara Putty (Lime Putty) 117
1.18 Pan Tiles 118
1.19 Burnt Clay Flat Terracing Tiles 119
1.20 Clay Roofing Tiles, Mangalore pattern 120
1.21 Giazed Tlles 121
1.22 Bitumen Felts for Water Proofing and Damp Proofing 122
1.23 Cuddapah/Shahbad Slabs 123
1.24 Galvanized Steel Sheets (Plain and Corrugated) 124
1.25 Un-reinforced Corrugated Asbestos Cement sheets 125
1.26 Steel for Reinforcement 126
1.27 Steel for Structural Work 127
1.28 Asbestos Cement Flat Sheets 128
1.29 Water 129
1.30 Teak Wood 130
1.31 Bamboos 131
1.32 Ballies 132
1.33 Steel Sheets piling Sections 133
1.34 Bitumen Emulsion for Roads (Anionic Type) 134
1.35 Cut back Bitumen 135
1.36 Paving Bitumen 136
1.37 Coal Tar Pitch 137
1.38 Morrum 138
2. STANDARD SPECIFICATIONS FOR CLEARING SITE, DISMANTLING BUILDING
AND OTHER STRUCTURES AND BLASTING
2.01 Clearing Site 201
2.02 Dismantling of Buildings and other Structures 202
2.03 Blasting 203
3. STANDARD SPECIFICATIONS FOR EARTH WORK
3.01 Excavation and Forming un compacted banks 301
3.02 Embankment compacted by other than driven equipment 302
3.03 Embankment compacted by power driven equipment 303
3.04 Clay blankets 304
3.05 Filters 305
3.06 Rock-fill in toe of embankment 306
3.07 Turfing 307
3.08 Excavation of foundation 308
Tenderer
68 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Specification
Sl. No. Name of the specification
No.of.APSS
3.09 Filling in foundations 309
3.10 Filling in Basement 310
3.11 Well sinking for foundations 311
3.12 Well sinking for Water Supply 312
3.13 RCC Precast and Cast-in-situ pile foundations 313
4. STANDARD SPECIFICATIONS FOR CONCRETES
4.01 lime Concrete and surki concrete 401
4.02 Cement Concrete for plain and reinforced works. 402
4.03 Reinforced cement concrete work 403
4.04 Repair grouting to aprons and revetments with surki 404
Concrete and pointing with surki mortar
4.05 Prestressed concrete work. 405
5. STANDARD SECIFICATIONS FOR BRICK MASONRY
5.01 Brick Masonry-General 501
5.02 Brick in Lime Mortar 502
5.03 Brick in Surki Mortar 503
5.04 Brick in Cement Mortar 504
5.05 Brick in Cement Lime Mortar 505
5.06 Brick in clay 506
5.07 Brick Arch work 507
5.08 Brick in Honey Comb work 508
5.09 Reinforced half-brick partition walls 509
5.10 Boiler Brick works 510
5.11 Honey Comb works with white washed pan tiles 511
5.12 Brick Nogging 512
6. STANDARD SPECIFICATIONS FOR STONE MASONRY
6.01 Stone Masonry-General 601
6.02 Cut stone in Lime Mortar 602
6.03 Cut stone in Surki Mortar 603
6.04 Cut stone in Cement Mortar 604
6.05 Cut stone-Rock Rustic or quarry faced in mortar 605
6.06 Cut stone string course and other cornice etc. in mortar 606
6.07 Cut stone arch work 607
6.08 Rubble arching 608
6.09 Coursed Rubble in Lime Mortar (1 st sort) 609
6.10 Coursed Rubble in Surki Mortar (1 st sort) 610
6.11 Coursed Rubble in Cement Mortar (1 st sort) 611
6.12 Coursed Rubble in Mortar (2nd sort) 612
6.13 Uncoursed Rubble or random rubble in lime mortar 613
6.14 Random Rubble in surki mortar 614
6.15 Random Rubble in Cement Mortar' 615
6.16 Random Rubble in Clay 616
6.17 Dry stone masonry (for retaining wall) 617
6.18 Damp proof (or any proof) course with Shahabad stone/Cuddapah stone 50mm 618
thick in cement mortar 1:3
6.19 Rough stone dry packing for aprons and revetment 619
6.20 Laterite or rough stone pitching for fiver conservancy works 620
6.21 Moorum back to rough stone dry packing and gravelling to top and side slopes of 621
bunds 150 mm thick
7. STADARD SPECIFICATIONS FOR FLOORING GENERAL
7.01 Flooring General 701
7.02 Flooring with Shahabad/Cuddapah slabs 702
7.03 Flooring with polished Shahabad/Cuddapah slabs 703
7.04 Flooring with Cement Mortar (1 :3) 12mm thick 704
7.05 Flooring with coloured cement mortar (1 :3),12mm thick 705
7.06 Terraced flooring with brick on edge, 75mm thick broken brick aggregate 706
concrete and 12mm thick cement plastering (1 :3) on top
7.07 Flooring with Glazed Tiles 707
7.08 Flooring with in-situ Terrazzo finish 708
7.09 Flooring with Cement Tiles (A) plain or coloured (B) Terrazzo (C) Chequered or 709
embossed
7.10 In-situ-Granolithic concrete flooring 710
8. STANDARD SPECIFICATIONS FOR ROOFING AND CEILING
8.01 Roofing with pan tiles set mortar over flat tiles with lime mortar borders 801
including reepers
8.02 Roofing with pan tiles and lime mortar borders including reepers 802
8.03 Roofmg with Mangalore tiles set in mortar over flat tiles and including reepers 803
8.04 Roofing with Mangalore tiles including reepers 804
8.05 Roofing with Mangalore tiles over ceiling tiles with air spaces and including 805
reepers
Tenderer
69 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Specification
Sl. No. Name of the specification
No.of.APSS
8.06 Madras terraced roofing with brick on edge 75mm thick broken brick aggregate 806
concrete three courses flat tiles and three coats of lime plaster to top and bottom
8.07 Madras terraced roofing with brick on edge, 75mm thick broken brick aggregate 807
concrete three courses of flat tiles and three coats of lime plaster to top and one
coat of 12mm thick cement plaster (1 :3) to bottom
8.08 Terraced roofing with brick on edge, 75mm thick broken brick aggregate concrete 808
two courses of flat tiles to top and one coat of cement plaster (1 :3) to bottom
8.09 Weather proof course for reinforced cement concrete roofing with Lime broken 809
brick aggregate concrete and two courses of flat tiles
8.10 Water proof course for reinforced cement concrete roofing with two courses of 810
flat tiles
8.11 Complete surface repair to leaky lime plastered terrace roof 811
8.12 Water proofing of concrete and masonry (flat or sloping) roofs with Bitumen felts 812
Normal treatment
8.13 Water proofing of concrete and masonry (flat or sloping) roofs with Bitumen felts 813
Heavy treatment
8.14 Roofing with corrugated galvanized steel sheets 814
8.15 Roofing with corrugated asbestos cement sheets 815
8.16 Roofing with semi-corrugated asbestos cement sheets 816
8.17 False ceilings 817
9. STANDARD SPECIFICATION FOR PLASTERING, POINTING, WHITE WASHING,
COLOUR WASHING, DISTEMPERING AND WATER PROOF CEMENT PAINING
ETC.
9.01 Plastering General 901
9.02 Plastering with time mortar one coat, 12mm thick, including fine Rendering 902
9.03 Plastering with cement mortar, one coat 12mm or 20mm thick including fine 903
rendering
9.04 Plastering with cement mortar 2 coats 20mm thick with sponge finish 904
9.05 Plastering with combination mortar, one coat 12mm thick including fine 905
rendering
9.06 Pointing to masonry with cement mortar 906
9.07 Pointing to masonry with surki mortar 907
9.08 White-washing 908
9.09 Colour-washing 909
9.10 Dry distempering 910
9.11 Oil bound distempering 911
9.12 Water proof cement painting 912
10. STANDARD SPECIFICATIONS FOR WOOD WORK
10.1 Wood work-General 1001
10.2 Doors, windows, ventilators, ward robes and cup-boards etc., 1002
10.3 Frame work for Roofs 1003
10.4 Wooden Partitions 1004
10.5 Wall Paneling 1005
10.6 Wooden Railing 1006
11. STANDARD SPECIFICATIONS FOR STRUCTURAL STEEL WORK
11.01 Materials 1101
11.02 Steel work in single section of R.S. Joists, Flats, Tees Angles and Channels etc. 1102
11.03 Steel work Riveted and bolted in built-up sections, trusses and framed work 1103
11.04 Steel work (welded) in built-up sections trusses and Framed works 1104
11.05 Miscellaneous Steel work Collapsible steel structures 1105
11.06 M.S.Steel sliding shutters 1106
11.07 M.S. Sheet Doors 1107
11.08 Rolling Shutters 1108
11.09 Clamps for ceiling Fan 1109
12. STANDARD SPECIFICATIONS FOR PAINTING AND VARNISHING
12.01 Painting-General 1201
12.02 Removing old paint with patent paint remover 1202
12.03 Removing old paint with caustic soda solution 1203
12.04 Removing old paint with blow lamp 1204
12.05 Painting with wood preservative 1205
12.06 Coal tarring 1206
12.07 Painting priming coat on wood, iron or plastered surfaces 1207
12.08 Painting with ready mixed paint 1208
12.09 Painting of GI. sheets with ready mixed paint 1209
12.10 Spray painting with flat wall paint on new work including priming coat 1210
12.11 Spray painting with flat wall paint on old work 1211
12.12 Painting with synthetic enamel paint 1212
12.13 Painting with Aluminum paint 1213
12.14 Painting with acid proof paint 1214
Tenderer
70 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Specification
Sl. No. Name of the specification
No.of.APSS
12.15 Painting with anti-corrosive bitumanistic paint 1215
12.16 Wall painting with plastic emulsion paint 1216
12.17 Varnishing 1217
12.18 Oiling with raw linseed oil 1218
12.19 Wax polishing with ready made wax polish 1219
12.20 Painting cast iron rain water, soil waste and vent pipes and fittings including 1220
priming coal
12.21 Lettering with paint 1221
12.22 French polishing. 1222
SPECIFICATIONS
1.0 PREAMBLE
The technical specifications for various items of work contained here in shall be read in
conjunction with the specifications mentioned for each item of work in bill of quantities
part-I (Schedule – A) and also plans and drawings in part III.
2.1 The following are the general technical specifications to be adopted for construction of
buildings. Each item of work shall be executed according to the relevant standard
specification number as described in the “Andhra Pradesh Standard Specification” (APSS)
and Indian Standard (I.S) Specifications, including Water supply, Sanitary and Electrical
Installations. In the absence of any definite provisions on any particular item of work in the
aforesaid specifications in A.P.S.S., reference may be made to the latest codes and
specifications of Indian Standards or Indian Roads congress (IRC in case of Roads). Where
even these are silent, the construction and completion of works shall conform to sound
engineering practice as approved by Engineer-in-charge and in case of dispute arising out
of the interpretation of the above, the decision of Engineer-in-charge shall be final and
binding on the contractor.
3.3 Precision: The works shall be set to the highest precision of dimensions, levels, grades
and lines as per designs and drawings using precise scientific equipments and
measuring instruments.
To be the best quality: All the materials, workmanship, articles, Equipment, tools and
plants should be of high and acceptable quality conforming to the standard specifications.
All materials shall be new and of the kinds and qualities described in the contract.
3.5.2 The contractor shall arrange sufficiently in advance to test materials and portions of works
in order to prove their soundness and efficiency if required, including samples and
supporting test results from the approved laboratory and other documentary evidence from
the manufacturer, wherever applicable, and indicate the types of materials and their
respective sources. The delivery of materials at site shall commence only after the approval
of the quality, grading and sources of the materials by the Engineer-in-charge.
3.5.3 The quality of all materials approved shall be maintained throughout the period of
construction and periodical tests shall be carried out to ensure that it is maintained. The
contractor shall conduct tests at work site/approved laboratories and shall maintain test
reports at site for cement, coarse aggregates, fine aggregates, water, steel, bricks and
concrete at the following frequency :-
Sl.
Description of material Frequency of test Allowable limits
No.
1. CEMENT : (IS : 8112-
1989) One for each source of Shall not be less than 3500 sqcm /
a) Fineness supply in a month gm
b) Setting time -do- Initial setting time shall not be less
than 30 minutes and final setting
time shall not be more than 60
minutes.
c) Soundness -do- Expansion (unaerated) shall be
not more than 10mm by “Le
Chatelier” method; if it fails,
expansion of aerated sample shall
be not more than 5 mm.
Tenderer
72 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Sl.
Description of material Frequency of test Allowable limits
No.
2. Coarse aggregate : (IS383- One test for 15 Cum or at 40mm Metal : a)Seive analysis : -
1970) least on the day of 63mm – 100% 40mm-85 to 100%
a) Gradation concrete if concrete 20mm-0-2-%; 10mm-0.5%
quantity is less than 15 b) Flakeness Index : shall be less
cum. than 30% by weight 20mm Metal :
a)Sieve analysis : -Limits : 40mm –
b) Aggregate impact value Once for each source of 100%; 20mm-95 to 100%; 10mm-
supply or when ever 25 to 55%; 4.75-0 to 10%
change in texture is b) Flakiness Index : less than 25%
noticed. c) Aggregate impact value: 20-
40(IS 2386-1963)
b) Gradation for masonry At least once on the day of Medium sand limit 2.6 to 2.9
work
c) Gradation for finishing -do- Coarse sand limit 2.9 to 3.2
d) Bulkage Three for each day of work b) Silt Content : shall be less than
i.e. morning noon and 4% by weight
evening
e) Silt content At least once on the day of
work
4. WATER : Chemical test One test for each source The water quantity shall be as per
clause 5.4 of ISI 456-2000. The PH
value of water shall not be less
than 6.
5. STEEL : (F2415 (IS1786-
1985))
a) 0.2% proof stress One for each source of 4150 kg/cm2 (Minimum)
supply and once in six
months for fresh supply
6. BRICKS : (IS:1077-1976)
a) Compressive strength One for each source of Shall not be less than 40 Kg/cm2
supply and once in two
months when change in
texture is noticed
Tenderer
73 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Sl.
Description of material Frequency of test Allowable limits
No.
in morning, noon and 10mm to 25mm
evening b) Column beams and
slabs – 25mm to 40mm
(with normal
reinforcement)
c) Beams, slabs – 40mm to 50mm
(with congested reinforcement)
A Register of record of material testing and Register of daily events showing materials received,
labour engaged, out turn of work etc. shall be maintained at site and shall be signed by the
contractor or his authorised representative and the Engineer
3.6.2 If the work or portion of the work which in the opinion of the Engineer is found to be
defective or unsound, the contractor shall pull it down and re-execute the same work at his
own cost.
3.9 Codes
3.9.1 Unless mentioned otherwise, current versions of all codes, specifications and standards
issued by the Indian Standards Institution and Indian Roads Congress shall be fully
applicable to these specifications. In the absence of appropriate publications by ISI or IRC,
adoptable specification of the International Organization for Standardization shall apply.
3.9.2 In case of any conflict in meaning between the specifications mentioned hear in and those of
ISI or IRC, the provisions of these specifications shall prevail.
3.9.3 The following codes shall be applicable for the purpose. However the latest revision of
these codes shall only be used.
Tenderer
74 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
LIST OF SPECIFICATIONS FOR THE VARIOUS ITEMS OF WORKS SUPPLEMENTING THOSE
DESCRIBED IN SCHEDULE ‘A’ BY S.S. NUMBERS
GENERAL SPECIFICATIONS
IS.No. and as
Sl.No. Short title/ Description amended from
time to time
I. CEMENT
II. AGGREGATES
Tenderer
75 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
IS.No. and as
Sl.No. Short title/ Description amended from
time to time
6 Hand Drawn Wire IS 432:1953
Tenderer
76 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
8 Code of practice for use of immersion vibrators for IS 3558:1983
consolidating concrete
9 Specifications for Pre-cast concrete coping blocks IS 5751:1984
10 Laying in situ cement concrete flooring IS 2571:1970
11 Code of practice for concrete structures for the storage of IS 3370:1965 (Part
liquids 1 & 2)
IS 3370-1967
(Part 3 & 4)
12 Code of practice for concrete roads IRC: 15-2002
1 Code of Practice for Bending and fixing of bars for concrete IS 2502:1963
reinforcement
2 Recommendations for detailing of reinforcement in reinforced IS 5525:1969
cement concrete works
3 Mils steel wire for General Engineering purposes IS 280:2006
XI. JOINERY:
Tenderer
77 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
XIII OTHER SUBJECTS:
XIV. MACHINERY
2 Code of practice for architectural and building drawings (First IS 962: 1989
revision).
XVII MEASUREMENT
Tenderer
78 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
3.10 PERFORMANCE OF WORK
3.10.1.1 All the works shall be executed in strict conformity with the provisions of the contract
documents, explanatory detailed drawings and specifications.
3.10.1.2 The site should be cleared of all obstructions, vegetation, loose stones and materials before
start of work.
3.10.1.3 The Engineer in charge, Supervisor will inspect the work on a Day-to-Day basis.
3.10.2.1 The construction may entail working in monsoon also. The contractor must maintain a
minimum labour force and execute the construction according to the prescribed schedule.
3.10.2.2 Contractor is responsible for keeping the construction work site free from water.
3.10.3.1 A proper level should be maintained, in terms of horizontal and vertical alignment. A
minimum acceptable plinth level above road level shall be maintained. The plinth level shall
be agreed with the Engineer’s representative.
4.1.1 Water should be clean, fresh and free from all chemicals, oils, salts and deleterious materials
and vegetable growth. Water has to meet the requirements mentioned in Cl. 5.4 of IS:456-
2000. Storage for water should be sufficient and adequate for the regular consumption of
works and for the use of labour on site.
4.2.1 For filling, the soil shall be free from all rubbish, organic or vegetable growth including
roots, weeds etc. Black cotton soil should not be used for basement filling.
4.3.1 Sand to be used shall be composed of hard siliceous material and shall be clean, sharp, hard,
strong and angular type. Sand shall be clean river or pit sand of approved quality and free
from salts, earth, dust or other impurities. Sand for plain and reinforced concrete shall
confirm to IS : 383-1970. Sand for various purposes shall confirm grading as below.
Sand for Masonry --- table 110-A of APSS No.110
Sand for Plastering --- table 110-B & 110-C of APSS No. 110
Sand for Plain and Zone I to III of table 110-D of APSS No.110
Reinforced concrete
Tenderer
79 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
TABLE – II
4.3 FINE AGGREGATE (SAND)
Percentage passing by Mass
L.S. Sieve Grading Zone - Grading Zone -
Grading Zone - I Grading Zone – II
Designation III IV
600.00
15-34 35-59 60-79 80-100
microns
300.00
5-20 8-30 12-40 15-50
microns
150.00
0-10 0-10 0-10 0-15
microns
4.4.1 Stones used shall be strong, durable, dense, compact, close grained, homogeneous, fire
resistant and shall be obtained from sources approved by Engineer. Stones shall
additionally be hard, sound, free from cracks, decay and other flaws or weathering and shall
be easily workable. Stones with round surfaces shall not be made use of.
4.4.2 Stones shall have a crushing strength of not less than 1000 Kg/cm 2. Stones with lesser
crushing strength may be used in works with prior approval of the Engineer. Stones shall be
non-porous and when tested in accordance with IS: 1124-“Method of Test for
Determination of Water Absorption” etc., shall show water absorption of less than 5% of its
dry weight when soaked in water for 24 hours. Tests for durability and weathering shall be
done in accordance with ARE: 1126 and IS: 1125 respectively. The working of stones to
required sizes and their dressing shall be as per IS: 1127 “Recommendations for dimensions
and workmanship of natural building stones for Masonry work” and IS: 1129 “Dressing of
Natural Building Stones”. Stones especially limestones and sand stones, shall be well
seasoned by exposure to air before use in construction works.
4.5.1 Cement should comply with the requirements of IS:8112-1989 and should be 43 grade
ordinary Portland Cement, for making plain and reinforced concrete, mortar etc. The
quality of cement shall be inconformity to the performance characteristics given in IS : 8112
- 1989.
4.5.2 The contractor shall procure bulk cement required for the works only from reputed cement
factories (main producers) acceptable to the Engineer and should obtain, furnish from
suppliers of cement a test certficate for every consignment of cement. The cement bag shall
bear the manufacturer's name or their registered trade mark. Cement shall be tested in
accordance with IS: 4031-1988 and IS: 4032-1988.
4.5.3 The cement should be delivered to the site in sound dry bags and shall be stored properly.
Cement packed in LDPE Bags may be preferred to ensure protection from moisture and
dampness.
4.5.4 The contractor has to make his own arrangements for the procurement of cement of
required specification for works subject to the following:
a) The contractor shall procure bulk cement required for the works, only from cement factories
(Main producers) of approved make and brand only as approved by the Engineer-in-charge.
The contractor shall make own arrangements for adequate storage of cement.
b) The contractor shall procure cement in standard packing (50 Kg per bag) from the
authorised manufacturers. The contractor shall make necessary arrangement at his own
cost to the satisfaction of Engineer-in-charge for actual weighment of random sample from
the available stock and shall confirm with the specification laid down by the Bureau of
Indian standards or other standard institutions as the case may be. Cement shall be got
Tenderer
80 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
tested for all the tests as directed by the Engineer-in-charge at least once in a month in
advance before the use of cement bags brought and kept at site godown.
c) Cement bags required for testing shall be supplied by the contractor free of cost.
d) The contractor should store the cement of 60 days requirement at least one month in
advance to ensure the quality of cement so brought to site and shall not remove the same
without the written permission of the Engineer-in-charge.
e) The contractor shall forthwith remove from the works area any cement that the Engineer-in-
charge may disallow for use on account of failure to meet with required quality and
standard. Damaged or reclaimed or partly set cement will not be permitted to be used and
shall be removed from the site.
f) The contractor will have to construct sheds for storing cement having capacity not less than
the cement required for 90 days use at appropriate locations at the work site. The Engineer-
in-charge or the representatives shall have free access to such stores at all times.
g) The contractor shall further at all times satisfy the Engineer-in-charge on demand by
production of records and books or by submission of returns and other proofs as directed
that the cement is being used as tested and approved by Engineer-in-charge for the purpose
and the contractor shall at all times keep his records up to date to enable the Engineer-in-
charge to apply such checks as he may desire.
h) Cement which has been unduly long in storage with the contractor or alternatively has
deteriorated due to inadequate storage and thus become unfit for use on the work shall be
rejected by the department and no claims will be entertained. The contractor shall forthwith
remove from the work area any cement the Engineer-in-charge may disallow for use on
work and replace it by cement complying with the relevant Indian Standards.
Tenderer
81 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
4.5.5. STORAGE OF CEMENT
4.5.5.1 Portland cement readily absorbs moisture not only in the form of free water but also moisture
from the atmosphere or from damp material in contact with it and becomes hydrated and loses
strength. It is necessary therefore that it should be protected from absorption of moisture
before it is used if it is to fulfill its function. An absorption of one or two percent of water has
not appreciable effect but further amounts of absorption, results in hardening of the cement and
reduced the strength. If the absorption exceeds 5% the cement is for all ordinary purposes
ruined.
4.5.5.2 American, Spanish and German experiments have shown that on average the strength of
cement stress in bags is reduced.
After 3 months by 15 to 20 percent.
After 6 months by 20 to 30 percent.
After 12 months by 30 to 50 percent.
After 2 years by 40 to 50 percent.
These figures prove that special attention should be paid to the storage of cement, even
when its strength is equal to or suspense’s the specified normal strength.
4.5.5.3 As a general principle the cement must be protected as far as possible from any form of
moisture prior to mixing concrete mortar.
4.5.5.4 The cement should be stored in a well constructed dry godown or shed. The cement store
should be weather tight construction with a sound wooden or ground to ensure that it is
damp proof building. The storage place required for a given quantity of cement can be
calculated at the rate of 2.50 sqm for a ton of cement. Cement should not be placed directly
on cement plaster flooring and other types of flooring commonly meant with which are not
damp proof. A wooden platform or false floor a sheet of water proof paper should be
provided.
If none of these is possible, then floor should be covered with straw, hay, cinder or ash or
such other material densely and uniformly packed to a thickness of at least one inch and
over a laid worth tarpaulin of old cement. Large windows and ventilators if any should be
tightly shut to prevent from circulation of air inside the stores. Drainage should be provided
if necessary to prevent accumulation of water in the vicinity of the store.
4.5.5.5 Cement should be stored in piles arranged parallel to the walls. It is not advisable to pile
bags against the walls and an allowance of at least 0.3M all round should be made between
the exterior walls and piles. At least 0.6M wide should be left for each access and delivery.
When storing the bags, the floor should be raised 30 cms. above the ground and stacked in
rows not exceeding 10 bags high. The cement is to be stored in such a manner that easy
access and proper inspection and counting is possible.
Successive consignments covered with some water proof cover as a both measure of
protection and prevent the free circulation of air as each lot of proper fresh air will bring in
more moisture. Once the cement has been properly stored should not be disturbed until it
is to be used. There is no advantage in moving and stacking the bags to reduce where house
set as this practice only exposes fresh cement to the air resulting in loss due to the shifting
of cement through the cloth mesh and in damage to the stacks.
4.5.5.6 Even during the dry weather and when the relative humidity of the atmosphere even in
nights is low (that is to say when there is very little moisture in the air) the cement in its
stock shall be protected with a tarpaulin through for the stack. When the atmosphere is
damp at any time of day or night, greater care has to be taken of the cement and proper
strength provided it from the damp.
4.5.5.7 Cement required for use immediately after delivery to the site may be stored in the open on
a raised damp proof floor so long as it is fully protected by tarpaulin or either weather
resisting covers. Storage under these conditions should be limited to 48 hours. The
tarpaulin should be raised well above the top most Ties of bags and must be sloped for
rapid drainage in case of showers.
4.5.5.8 Consignments should be used in the same sequences as they are delivered. To ensure this
the date of arrival of each consignment should be clearly indicated. This is best done by
tying a piece of country twins or cord to the end bags in the bottom most tier of the days
pile, tacking the two places of card up the sides and along the top of pile an tying the main
the center. The date of receipt in the store being clearly written on a bin card high from the
card. Dead storage where the cement remains in place for a long time which other
consignments of cement come in and out should be avoided.
4.5.5.9 In issuing cement from a store the cement bags should be removed in vertical column of the
pile and not horizontal so as to avoid dead stoppage space.
Tenderer
82 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
4.5.5.10 As a rule cement should not be stored longer than three months. Cement held in storage for a
period of 90 days or longer shall be re-tested. Especially in the rainy season prolonged
storage should be avoided. If stock is likely to be held over for more than three months
anticipatory measures should be taken to use it on the works.
4.5.5.11 Cement that has become supply due to storage in damp positions due to exposure to the
weather is generally useless for making concrete and should be removed from the site.
4.6 Bricks (APSS No. 102)
4.6.1 Bricks for masonry shall be common burnt clay building bricks having minimum crushing
strength of 40 Kg/cm² and shall conform the relevant specifications of IS 1077-1992.
4.6.2 They shall be sound, hard and thoroughly well burnt, but not over-burnt, with uniform size
having rectangular faces with parallel sides and sharp straight right angled edges and be of
uniform colour with fine compact uniform texture. Bricks shall be of uniform deep red
cherry or copper colour. They shall be free from flaws, cracks and nodules of free lime.
4.6.3 Water absorption after 24 hours immersion in cold water shall be not more than 20% by
weight. They shall not absorb more than 10% by weight of water after immersion for six
hours.
4.6.4 They shall emit a clear metallic ringing sound when struck by a mallet and shall not break
when dropped on their face, from a height of 60 cm.
4.6.5 Fractured surface shall show homogeneous, fine grained uniform texture, free from cracks,
air holes, laminations, grits, lumps of lime, efflorescence or any other defect which may
impair their strength, durability, appearance and usefulness for the purpose intended.
Under-burnt or vitrified bricks shall not be used.
4.6.6 Samples of bricks brought to the site shall be tested periodically for compression and other
tests according to IS: 3495, Parts-I, II & III - “Method of Test for Burnt Clay Building Bricks”.
The coarse aggregate shall be from hard granite crushed stone conforming to IS 383 :1970.
The pieces of aggregate shall be non porous, hard, strong durable clean and free from clay,
rounded in shape and shall have granular or crystalline non powdery surfaces. The
aggregate shall be well graded. Tests where required shall be carried out in accordance with
IS : 2386 - 1963.
I.S. Sieve Percent passing for single-seized Percentage passing for graded-aggregate
designation aggregate of metal size of nominal size
mm 40 mm 20 mm 12.50 mm 10 mm 40 mm 20 mm
(1) (3) (4) (6) (7) (8) (9)
Tenderer
83 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
TABLE – III
ALL-IN AGGREGATE GRADING
STEEL
4.8.2 High yield steel strength deformed bars shall conform to IS:1786-1985. Binding wire shall
conform to IS:280. The various types of steel shall conform to the relevant IS specification
as provided in A.P.S.S. No.126.
4.8.3 The contractor has to make his own arrangements for procurement of tested steel required
for the work. He shall also make his own arrangements for transportation and storage.
4.8.4 The contractor shall procure steel from TATA, SAIL, RINL (VSP), JSW Steel, Shyam steel.
They shall not be permitted to use steel bought from other manufactures.
4.8.5 The contractor should invariably obtain necessary ISI test certificates from the suppliers of
steel for each and every consignment and furnish them to the Engineer-in-charge, before
use on works. Test certificates conforming to IS 1786-1985 are to be furnished. The HYSD
steel (IS 1786-1985) bars should have TOR mark.
The original bills of procurement should be submitted to the Engineer-in-charge for making
payment of the item. The contractor shall purchase the steel on the name of the work,
number and the name of the contractor and furnish the same to the Engineer-In-Charge. The
steel without the above two names will not be accepted on the works. Vendors test
certificates and weighment bills are to be furnished to the Engineer-In-Charge and any
quantity purchased without test certificates will not be accepted for use on the works.
4.8.6 If any difference is observed on carriage inwards, carriage outwards and theoretical
requirement of steel for finished work, the contract will be cancelled and the contractor will
be blacklisted.
4.8.7 The diameter and weight of steel should be as per IS 1786-1985 or relevant IS specification
with subsequent revisions from time to time:
2 8 MM 0.39
3 10 MM 0.62
4 12MM 0.89
5 14 MM 1.21
6 16 MM 1.58
7 18 MM 2.00
Tenderer
84 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
8 20 MM 2.47
9 22 MM 2.98
10 25 MM 3.85
11 28 MM 4.83
12 32 MM 6.31
13 33 MM 6.71
14 36 MM 7.99
15 40 MM 9.86
16 42 MM 10.88
Note: If any rods other than those diameters specified above are procured the weights shall be as
per standard steel tables.
4.8.8. Quality control: The contractor shall furnish the samples for testing for each batch and
consignment along with the test certificates issued by the vendors to the Engineer-In-Charge
immediately after receipt of the steel in the stockyard at site of work for verification and testing.
No steel procured by the contractor shall be used in any work until the Engineer-In-Charge has
given notice that the test results are satisfactory.
a) Reinforcement steel and binding wire shall be stored above ground surface upon platform,
skids or other supports protected as for as possible from surface deterioration by direct
contact with undesirable elements or by exposure to conditions producing rust and
corrosion. Bars shall be so supported as to avoid distortion and sagging of long lengths. All
the reinforcement of same designation shall be stacked separately and distinctly marked.
b) Steel shall be stacked and stored in accordance with IS 4082: 1996 as per Recommendations
on stacking and storage of construction materials.
c)
d) If the reinforcing rods have to be stored for a long duration, they shall be coated with
cement wash before stacking and/or be kept under cover.
4.8.10 Reinforcement shall be free from pitting due to corrosion and free from loose rust, dirt,
dust, mill scale, paint, oil, grease, adhering earth etc.
4.8.11 Erected and secured reinforcement after fabrication shall be inspected and approved by the
Engineer-in-Charge prior to placement of concrete.
The wood shall be well seasoned, uniformly coloured and shall be free from knots, cracks,
shakes, splits, cross grains etc.
Moisture content of wood used shall be as near as possible to the following values:
The tiles shall be covered by a glaze on the top and under side. The edges shall be free from
glaze in order that the tiles may adhere properly to the base. The glaze shall be uniform in
quality and free from welts, ships, craze, specks, crawlings, or other imperfections visible
from a distance of one meter. The glazed tiles shall be white or color and size of 300mm x
200 mm with a thickness of 7mm. The tiles shall be true to shape and conform to the
performance requirements of IS 13712:2006 and supplier shall submit a certificate with
respect to the quality of tiles and detailed there in.
5.1 Standard
Tenderer
85 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
A high standard of workmanship in all trades will be required. The Contractor shall ensure
that only skilled and experienced workmen are employed.
5.2 Supervision
5.2.1 The Contractor’s supervising staff shall be fully qualified and experienced in the types of
work being carried out under the supervision and shall be capable of ensuring that they are
done well and efficiently.
5.4.1 Unless mentioned otherwise, current versions of all codes, specifications and standards
issued by the Indian Standards Institution and Indian Roads Congress, wherever mentioned,
shall be fully applicable to these specifications. Where standards are not yet published by
the ISI or IRC, adaptable British Standards or Specifications of the International
Organization for standardization shall apply.
5.4.2 In case of any conflict in meaning between the specifications mentioned herein and those of
ISI or IRC, the provisions of these specifications shall be prevail.
5.5.1 The Contractor shall establish and maintain, to the satisfaction of Engineer, the base lines
and bench marks, based on which the works are set out. Where such base lines and bench
marks are provided by the Engineer, the Contractor shall maintain these throughout the
period of construction without causing any disturbance to them.
5.6.1 The Contractor shall set out all the works to be executed by him, in line with the standard
base lines, position and bench marks and truly as per drawings within the accepted
tolerance limits at no extra cost to Owner. The Contractor shall be solely responsible for the
correct setting out of all the works, to be executed by him and the approval of such setting
out by the Engineer shall in no way absolve the Contractor of his responsibility for carrying
the work to the true lines, levels and positions as per drawings.
5.7 Dewatering
5.7.1 The Contractor shall carryout all the works, in dry and workable condition and maintain the
same in dry condition till the final handing over of works at no extra cost to the Owner. For
this the Contractor shall make at his cost all the necessary provisions of dewatering,
wherever necessary, to the full satisfaction of the Engineer.
5.9.1 The Contractor shall take all precautions necessary to prevent damage to or interference
with under-ground or over-ground services such as cables, drains, piping or piles,
whether shown on drawings or not. Equipment etc., mounted in position shall be protected
against falling debris etc., by means of tarpaulin or such other material.
5.10.1 On completion of work, the Contractor shall remove all rubbish, debris, surplus materials,
temporary work etc., from the site. The site shall be handed over in a tidy and workmanlike
manner.
5.11 CRS Masonry in CM (1:8) in 1st sort (APSS 107 & APSS 611)
5.11.1 The work shall consist of a facing of selected stones hammer dressed at faces and joints with
only a small proportion of smaller stones in the hearting.
5.11.2 The face stones shall be set in regular courses of uniform thickness from bottom to the top
throughout. The height of the course should be uniform throughout by using stones of same
Tenderer
86 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
height. The face stones shall be laid in headers and stretchers alternately so as to break
joint by atleast 75mm and headers shall project atleast 100mm beyond stretchers. The
stones shall be solidly bedded, set full in mortar with joints not exceeding 12mm in
thickness and shall extend well back into the hearting.
5.11.3 Bond stones shall be placed in the wall @ interval of 2m in length and 600mm in height and
shall run through the wall if the wall is not more than 600mm thick. If the wall is more than
600mm thick line of headers shall be laid from face to back each header overlapping the
other by atleast 150mm.
5.11.4 The heart portion shall be filled with good flat bedded stones set as close as possible, well
set in mortar.
5.11.5 The work on interior face shall be precisely the same as on the exterior face unless the work
is to be plastered in which case the side joints need not be vertical.
5.12 Coursed Rubble Masonry in CM (1:8) 2nd sort: (APSS NO. 612)
5.12.1 This work shall be executed similar to the specifications for C.R.S. masonry 1st sort with the
exception that the hearting and backing shall conform to the standard specification for
random rubble masonry and bond with the face stones being carried up continuously with
the face work.
5.13.1 The face stone is hammered dressed on the face, side and the beds to enable to come into
close proximity with the neighboring stone. Face stone shall be of not less width in plan than
150mm for walls of 400mm thick, 200mm for walls of 450mm thick. The face stone shall be
laid in headers and stretchers alternatively so as to break joints by at least 75mm. Care is to
be taken to break joints vertically.
5.13.2 Bond stones should built in the wall at intervals of 2m in length and 600mm in height and
shall run through the wall if the wall is not more than 600mm thick. The heart portion shall
be filled with good flat bedded stone set as close as possible, well set in mortar.
5.14.1 All bricks to be used in the work shall be thoroughly soaked in water before use to prevent
absorption of water from the mortar.
5.14.2 The bricks shall be set in cement mortar of 1:8 proportions by adopting a proper bond
(preferably either English bond or a Flemish bond) throughout the wall.
5.14.3 The walls shall be taken up truly plumb. All courses shall be truly horizontal (level) and
truly vertical. Vertical joints of consecutive courses shall not come directly over one
another. Vertical joints, in alternate course shall come directly over one another. Joint’s
shall be fully filled with
mortar and raked. Every brick shall be laid with full joints of cement mortar on its bed, ends
and side in one operation. No feeding of mortar by using excess water shall be allowed.
5.15 Reinforced Half Brick Partition Walls (APSS 102, 501, 504, 509)
5.15.1 All bricks to be used in the work shall be thoroughly soaked in water before use to prevent
absorption of water from the mortar.
5.15.2 The cement mortar used for reinforced brick work shall be in cm (1:4) and mortar used
shall conform APSS No. 113. Reinforcement for half brick walls shall be in the form of MS
Bars and shall be of specified qualities. The brick shall be constructed only in stretcher
bond. The reinforcement shall be well embedded in cement mortar at every third course
and half the joint thickness of mortar shall first be laid and the other half laid after the
reinforcement is placed in the position. The free ends of the reinforcement where ever
possible shall be pegged into the mortar joints of main brick walls.
5.16.1 i) All stones, bricks etc., used in the masonry work shall be thoroughly soaked in water
before use to prevent absorption of water from the mortar.
ii) Stones shall be laid on their broadest faces which give better opportunity to fill the
faces between stones.
iii) To give sufficient lateral bond a stone in any course shall overlap the stone in the
course below i.e. joints parallel to the pressure in two adjoining course shall not lie
too closely in the same vertical line. A minimum overlap of 6" shall be maintained.
Tenderer
87 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
iv) To give sufficient transverse bond, prescribed no. of headers shall be used.
v) The practice of building two thin faces, tying width occasionally through stones and
filling up the middle with small stones or dry packing shall be strictly guarded
against.
vi) Jambs for door and window opening shall be formed with quoins of the full height of
the course. The quoins shall be of breadth at least one and a half times the depth for
the course and in length at least twice the depth.
vii) It is advisable to erect the door and window frames first and build the masonry
around.
ix) Every course of the masonry shall be truly vertical. Use of plumb bob to check
verticality by the mason shall be encouraged.
x) Care should be taken to keep all corners and sides including door and window
opening truly vertical.
5.17.1 All R.C.C. work shall be carried out in strict accordance with latest IS specification. No
concrete work shall be cast in the absence of the works-in-charge/Engineer. All the materials
used should be of good quality as mentioned in Sec. 4.0 above.
5.17.2 Cast-in-place concrete for the structures shall conform to the requirements of the section.
The structures shall be built to the lines, grades and dimensions as per the designs and
drawings.
5.18 Controlled concrete: Controlled concrete shall be used on all concrete works. Reinforced
cement concrete shall correspond to M20 grade as per IS 456-2000 equivalent to (1:1.5:3)
nominal mix proportion.
5.18.1 For all major concrete pours like RCC slabs, roofs, beams etc Ready Mix Concrete of
specified grade from approved suppliers shall be used.
5.19 Mix Proportions & Strength requirement of concrete: The proportions of various
ingredients to be used in the concrete for different parts of the work shall be established by
proper mix through design mix. The contractor shall produce concrete mix design and
establish the strength of concrete with this concrete mix design for 3 days, 7 days and 21
days as per IS 456-2000. For controlled concrete, the mix design shall be so designed as to
attain in preliminary tests a strength atleast 33 percent higher than that required on work
tests. The design mix shall be got approved by the Engineer-in-charge before proceeding
with the concreting. The contractor is required to carryout the mix design and the design
mix shall be got approved by the Engineer-in-charge, APSFC within the limitations of
parameters and other stipulations laid down in IS-456/2000.
The specified characteristic compressive strength of 150 mm size cube at 28 days attained
for M20, M25 and M30 grades of concrete shall be 20 N/sqmm, 25N/sqmm and 30 N/sqmm
respectively. The mix shall be designed to produce the grade of concrete having the
required workability and a characteristic strength at 28 days not less than the appropriate
values mentioned in Table-2 of IS-456:2000 The target mean strength of the concrete mix
should be equal to the characteristic strength plus 1.65 times the standard deviation.
TABLE
MINIMUM COMPRESSIVE STRENGTH OF 15 CM. CUBES
AT 7 AND 28 DAYS AFTER MIXING, CONDUCTED
IN ACCORDANCE WITH IS.516
Whenever the grade of concrete such as M30 etc., is specified it shall be Contractor’s
responsibility to ensure the minimum crushing strength stipulated for the respective grade
of concrete is obtained at works.
In the case of M30 grade concrete minimum cement content of 340Kgs/ Cum shall be used
to obtain a minimum cube strength of 30N/ mm2 at 28 days age.
The contractor shall maintain the test results on regular basis as indicated in I.S.456/2000
and subsequent amendments thereon.
In all cases, the 28 days compressive strength specified shall be the criterion for acceptance
or rejection of the concrete.
The sample of water taken for testing shall be typical of the water proposed to be used for
concreting.
The contractor shall be responsible for production of controlled concrete as per design mix
to ensure the required works cube strength is attained and maintained. In the designation
of concrete mix, letter ‘M’ refers to the Mix and the number to the specified 28 days works
cube compressive strength in Newton per sq.mm.
The concrete where site mixing is permitted shall be with concrete mixtures fitted with
weigh batching scale. All measuring equipment shall be maintained in a clean serviceable
condition and their accuracy periodically checked.
5.19.1 The proportions of cement concrete, if specified in volumetric proportions i.e., nominal mixes
shall be as follows which are indication of approximate proportion of cement, fine aggregate and
coarse aggregate which may have to be altered suitably at site to obtain desired strength and
workability. However, the quantity of cement shall not be less than specified below.
Nominal Mix Cement in bags of 50 kgs / 1Cum (net) of cement concrete
a) 1:3:6 4.42 bags of 50 Kgs
b) 1:4:8 3.31 bags of 50 Kgs
c) 1:5:10 2.65 bags of 50 Kgs
As per sanctioned estimate the design mix are proposed for all RCC members with the following
design mix mentioned in Bill of Quantities towards the cement quantity required for attaining
such design which is specified below.
Design Mix Cement in Kgs
a) M20 330 Kgs
b) M25 380 Kgs
The contractor shall ensure the tests of Design Mix from the Reputed Agencies / University or
any Research Lab for ensuring the strength of Design Mix with the provided quantity of cement
in the estimate. Any plus or minus will be allowed in payments.
5.19.2 The quantity of water shall be varied to suit the moisture content of the aggregate and shall
be just sufficient in produce a dense concrete with workability. Workability should be
checked at frequent intervals as per IS: 1199. An accurate and strict control shall be kept
on the quantity of mixing water.
5.20 Concrete quality control measures and concrete quality Assurance Test Programme
a) Concrete quality control measures: The contractor shall be responsible for providing quality
concrete to ensure compliance of the bid requirements.
b) Concrete quality Assurance Programme: The concrete samples will be taken by the
Department and its quality will be tested in any other recognized laboratory per the relevant
Indian Standard Specifications IS 516:1959 and LS. 1199-1959.
Tests: The Department will obtain samples and conduct tests as specified in
B.I.S. 456- 2000, I.S. 1199- 1959 and I.S. 416 - 1959.
Test Facilities : The contractor shall furnish free of cost samples of all ingredients of concrete
for testing and obtain approval from the Engineer-in-Charge. He should also supply free of
Tenderer
89 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
cost, the samples of all the ingredients of concrete for conducting the required tests.
Test results: The Engineer-in-charge will pass the concrete if average strength of the
specimens tested is not less than the strength specified. Concrete not meeting requirements of
specification in all respects may be rejected by the Engineer-in-charge in which case it shall be
removed and reconstructed entirely at the expense of the contractor.
5.21 Preparation for placing: No concrete shall be placed until preparation of surface involved, all
form work, reinforcement, installation of items to be embedded have been approved by the
Engineer-in-charge.
5.21.1 All surfaces, forms, embedded material shall be free from dried mortar, dirt, foreign
substances, waste papers etc. Temporary openings shall be provided to facilitate inspection,
especially of bottoms of columns and wall forms, to permit removal of sawdust, wood shavings,
binding wire, dirt etc. Such openings/holes shall be suitably plugged later.
5.21.2 Foundation surface: Rock surfaces shall be free from oil, objectionable coatings, loose, semi-
detached and unsound fragments. Immediately prior to placement of concrete, surfaces of rock
shall be washed with an air water jet and shall be brought to a uniform surface dry condition.
5.21.3 Concrete shall not be placed in standing water or on a water-covered surface. Any concrete that
has been washed away by heavy rains shall be entirely removed, if there is any sign of cement
and sand having been washed away from the concrete mixture.
5.21.4 Starters: Before proceeding with erection of form work for RCC columns, Starters shall be cast
with 25 mm thick concrete with string lines placed in position as per the layout.
5.21.5 Slots, openings, holes, pockets etc shall be provided in the concrete work in the positions
specified or required or as directed by Engineer-in-charge.
5.21.6 Reinforcement and other items to be cast in concrete shall have clean surfaces that will not
impair bond.
5.21.7 Approval by the Engineer-in-charge of any materials and work as required herein shall not
relieve the contractor from his obligation to produce finished concrete in accordance with the
requirements of the specifications.
5.22 Placing of Concrete: The contractor shall notify the Engineer–in-charge before batching
begins. Batching , mixing and placing of concrete shall be performed only in the presence of an
authorized representative of the Engineer-in-charge.
5.23 Weather: Concrete shall not be placed in rain sufficiently heavy or prolonged to wash
mortarfrom concrete.
The contractor is not entitled for any additional payment over the unit prices bid in the
schedule for concrete, by reason of any limitation in placing of concrete under the above
paragraphs.
5.24 Mixing: All cement concrete shall be machine mixed and machine vibrated.
5.24.1 The mixer machines should comply with IS 1971-1968 ( IS specifications for batch type
concrete mixers).
5.24.2 The mixers with other accessories shall be kept in first class working condition and so
maintained throughout the construction.
5.24.3 Any mixer that at any time produces unsatisfactory mix, shall not be used until repaired. If
repair attempts are not successful, the defective mixer shall be replaced.
5.24.4 The Cement and aggregates shall be mixed thoroughly in the specified proportion in a
mechanical mixer until the mixture is of uniform colour. Where machine mixing is done the
concrete shall be mixed, until the mixture is of uniform colour and, in no case, for less than two
minutes.
5.25.1 Equipment & methods: Equipment for conveying concrete shall be of such size and design as to
ensure a practically continuous flow of concrete during depositing without segregation of
materials. The entire placing programme consisting of equipment, layout, proposed procedures
and methods shall be submitted to the Engineer-in-charge for approval
Tenderer
90 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
5.25.2 After mixing, the concrete shall be transported from the mixer to the position of placing as
rapidly as possible by appropriate mean without causing separation or segregation of concrete,
maintaining the required workability.
5.25.3 Concrete shall only be placed after the Engineer has inspected the shuttering and
reinforcement. The concrete shall be placed and compacted before initial setting of concrete
commences and should not be subsequently disturbed.
5.25.4 The concrete shall be deposited as nearly as practicable directly in its final position and shall
not be rehandled in a manner which will cause segregation, loss of materials, displacement of
reinforcement, shuttering or embedded inserts, or impair its strength. Concrete shall be placed
in the shuttering by approved implements and shall not be dropped into place from a height
exceeding 1 meter or handled in a manner which will cause segregation.
5.25.5 Concrete shall be deposited in successive horizontal layers to a compacted depth of not more
than 0.45 meters. These shall be placed as rapidly practicable to prevent the formation of cold
joints or planes of weakness between each succeeding layer within the pour.
5.25.6 When concrete is conveyed by chutes, the plant shall be of such size and design as to ensure
practically continuous flow. Slope of the chute shall be so adjusted that the concrete flows
without the use of any excessive quantity of water and without segregation of its ingredients.
The delivery end of the chute shall be as close as possible to the point of deposit. The chute shall
be thoroughly flushed with water before and after each working period and the water used for
this purpose shall be discharged outside the form work.
5.26 Compaction: All concrete shall be compacted to produce a dense homogeneous mass.
Concrete after depositing should be compacted thoroughly by means of a mechanical vibration.
Vibrators shall conform to IS specifications. Vibrators of the surface, form or Immersion type
shall be used and the concrete shall be thoroughly worked out around the reinforcement,
around embedded fixtures and into corners of form work. The hardened concrete shall be free
from voids or cavities. Over vibration and under vibration of concrete are harmful and should
be avoided. Use of polythene sheet is recommended above the shuttering to arrest the slurry
loss through the shuttering joints while placing and compacting the concrete.
5.26.1 Vibrators shall be operated by experienced men. Immersion vibrators shall be inserted
vertically at points not more than 45 cms apart. Immersion vibrators shall be withdrawn slowly.
Blending and melding of the concrete between successive layers shall be ensured. Vibrations
shall not be applied through reinforcement and where vibrators of the immersion type are used,
contact with reinforcement and all inserts shall be avoided.
5.26.2 Prior to beginning concrete placement the contractor shall make ready sufficient number of
properly operating vibrators & operators and shall have readily available additional vibrators
to replace defective ones during the progress of concrete placement.
5.27 Finishing : When the structure is in service all the surfaces shall receive no special finish
except removal of fine and abrupt irregularities and clean up of loose debris. Unless varied by
the Engineer-in-charge, the type of finish for formed concrete shall be as follows. The concrete
surfaces shall be consolidated, smooth screeded, and leveled to produce even surfaces.
Floating shall be done only after the screeded surface has attained a stiffness to permit
finishing operations. The surface shall be uniform is texture and free from screed marks or
other imperfections.
5.27.1 Concreting shall be carried out continuously up to construction joints already planned. Joint
shall be kept where shear force is minimum. The work shall be resumed at the earliest by
scrubbing the wet surface with wire brush and coating the surface with neat cement slurry.
The prepared surface shall be approved by the Engineer-in-charge. Special care shall be taken
to obtain thorough compaction and to avoid segregation of the concrete along the joint plane.
5.28 Protection of works: The contractor shall protect all concrete against damage until final
acceptance by Engineer-in-Charge. The fresh concrete shall be protected from defacements
and damage due to construction operations, rain, sun and winds. The contractor shall provide
protection to prevent erosion to fresh concrete whenever precipitation either periodic or
sustaining is imminent or occurring. All fresh concrete surfaces shall be protected from
contamination and from foot traffic until the concrete has hardened.
5.29 Replacement of unsatisfactory concrete: Immediately after the shuttering is removed, the
surface of the concrete shall be very carefully gone over and all defective areas called to the
attention of Engineer-in-charge. If reinforcement is exposed or the honey combing occurs the
work may be rejected. Rejected concrete shall be removed and replaced by the contractor.
Superficial honey combed surfaces and rough patches if permitted by the Engineer-in-charge
shall be made good and finished neatly as per specifications and as directed.
Tenderer
91 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
5.30 Curing of concrete:. Rigid supervision shall be maintained for curing the concrete after laying
for complete hydration and hardening to take place. The set concrete shall be cured by
ponding with clean water. All exposed faces of concrete shall be kept continuously moist for a
minimum period of 28 days by spraying water or by covering with gunny bags which shall be
constantly sprinkled with water. The curing operation should be done by using stirrup pump,
or by any other methods given code IS 456-1984. For curing floors, flat roofs, concrete
pavements and other level surfaces the ponding method of curing shall be adopted.
5.31.1 Steel Formwork: Only steel forms of approved make (Acrow steel centering) shall be used.
Forms with surface dents, bulges, undulations or holes shall not be used on the work and shall
be removed from the site.
5.31.2 Form work shall be substantially and rigidly constructed of steel and shall be true to the
dimensions described. Form work shall be constructed to confine and shape the concrete to the
required shape, lines and dimensions described. Liners and cores shall be provided where necessary
and shall be due to space and securely fixed.
5.31.3 Shuttering shall be erected true to line and securely braced, cross braced, strutted and
supported to prevent deformation under the weight of pressured wet concrete and
constructional loads, wind pressure and other forces.
5.31.4 The surfaces of the forms shall be clean and free encrustation of mortar, grout or other foreign
materials.
5.31.5 The variation in thickness of RCC roof slab due to varying spans or special covering materials
should not effect the general roof bed which should be uniform, unless otherwise shown in
drawing or as instructed.
5.31.6 All joints shall be sufficiently tight to prevent leakage of cement slurry. All faulty joints shall be
adequately caulked.
5.32.1 Mould Oil: Before laying the reinforcement, all faces of shuttering and moulds in contact with
wet concrete shall be treated with a coat of oil to prevent adherence to concrete. Release agent
should be applied so as to provide thin uniform to the forms without coating the reinforcement.
5.32.2 The mould oil (The de-bonding agent) to be applied shall be standard shuttering oil, engine oil
or filtered waste oil (Carbon particles and impurities should not be present).
5.32.3 Plumb and string lines in sufficient numbers shall be installed before and maintained during
concrete placement. During concrete placement the contractor shall continuously monitor
plumb, string line and form positions.
5.32.4 In case of columns, retaining walls and vertical structural components suitable arrangement
shall be made for securing the form to the already poured concrete.
5.33.2 Reinforcement shall be steel and shall be free from corrosion, oil, grease, paint or dirt at the
time of fixing in position and subsequent concreting.
5.33.3 Reinforcing steel bars shall conform accurately to the sizes, dimensions and shapes given as per
designs and drawings. Bars shall be bent cold to the specified shape and dimensions and the
bars shall be hooked or bent accurately and placed in exact position as per designs and
drawings. Bars having kinks or bends other than those required by design shall not be used.
5.33.4 Bars of full length shall be used. Reinforcement shall be lap jointed or spliced only if
unavoidable. The overlaps shall be staggered for different bars and located at points, along the
span where neither shear nor bending moment is maximum. Not more than 33% of the bars as
specified in drawing shall be lapped at one section.
5.33.5 The reinforcement shall be securely held in position and bound together tight by annealed
binding wire, and by using stays, blocks or metal chairs, spacers, metal hangers, supporting
wires or other approved devices at sufficiently close intervals.
5.33.6 Bars shall not be allowed to sag between supports. Layers of bars shall be separated by spacer
bars, pre-cast blocks or other approved devices. Binders, stirrups, links should be securely
wired to the main ring.
Tenderer
92 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
5.34.1 Binding Wire: Wire for binding reinforcement shall be soft and annealed mild steel of 16 SWG
and shall conform to IS: 280-2006. Binding wire shall have tensile strength of not less than
5600 Kg/Cm2 and a yield point of less than 3850 Kg/Cm 2.
5.34.2 Proper cover shall be maintained between the reinforcement and the shuttering as per
approved drawings and IS codes.
5.34.3 The contractor shall ensure that the bars are not displaced during concreting or any other
operation over the work. The contractor shall also ensure that there is no disturbance is caused
to the reinforcing bars in concrete that has already been placed.
5.35 All bars protruding from concrete and to which other bars are to be spliced and which are likely
to be exposed for an indefinite period shall be protected by a thick coat of neat cement grout.
a. Measurement:
Measurement for payment for the reinforcing bars will be made only on the calculated
weight of the bars placed in concrete, in accordance with the drawings or as directed by the
engineer. The calculated weight for reinforcing bars shall be determined as follows:
ii. From the length measured, weight of reinforcing bars shall be calculated on the basis of
weights specified in the table in this section.
iii. Wastage and annealed steel wire for binding shall not be measured as the cost of these
items were already included in the unit rate for reinforcement.
Payment rate
The unit rate in the bill of quantities for reinforcement is inclusive of the cost of all
wastage of steel and the cost of binding wire or welding materials at site of work, cover
blocks and cost of all incidental and operational charges in cutting , bending ,cleaning ,
placing , binding or welding and fixing in position as shown on the drawings and as
necessary to complete the work as per specification.
a) Before concreting, cover blocks shall be fixed in all R.C.C works to separate the
reinforcement from the shuttering so that when the concrete is set the reinforcement
is well within the concrete section at a distance from the outer surface, with specified
cover to reinforcement.
b) Use of stone chips as cover for the reinforcement will not be accepted. Only cement
mortar cover blocks of required thickness to maintain the specified cover shall be
used.
c) Normally a bottom cover of 12mm to 15mm is sufficient for slabs. For columns the
cover should be about 40mm, and for beams it is 25mm.
d) Cover blocks shall be reasonably good for using in appropriate grade of R.C.C. work.
The mortar for preparing cover blocks shall at least be of proportion 1:2. Cover
blocks shall be prepared on a clean and level platform by spreading the mortar in the
moulds of required size and depth. When the mortar is still green strands of tying
wire shall be inserted into each block. This wire is useful for tying the block to the
reinforcement. After 24 hours the blocks shall be removed from the mould and cured
for about seven days.
e) A properly made cover block does not get crushed when the reinforcement is tied
over it and during the concreting work.
a) When the reinforcement is tied there is a need to separate bottom steel from the top
steel and to maintain correct effective depth.
b) For ensuring separation to top and bottom steel and to ensure that the reinforcement
work does not get disturbed due to the load or movement of workers when concrete
is being laid, reinforcement spacers or chairs shall be fixed.
c) Use of large sized stones or bricks to separate top and bottom steel will not be
allowed.
Tenderer
93 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
d) Reinforcement chairs shall be of slightly lesser size so as to accommodate the chair
underneath the top steel and after allowing for the required covers to the top and
bottom steel.
e) The chair shall be minimum 450mm long and should have legs bent in opposite
directions to ensure stability,
f) The chairs shall be placed on a cover block so that the legs do not stick out once the
shuttering is removed.
5.38 Removal of Form work: Centering and shuttering shall be removed after maturity
gradually without jerking. Before removal of the shuttering the concrete shall be examined
properly. Form shall not be released until the concrete has achieved strength of at least
twice the stress to which the concrete may be subjected at time of removal of form work.
The strength referred to shall be that of concrete using the same cement and aggregates,
with the same proportions and cured under conditions of temperature and moisture similar
to these existing on the work. Where possible, the form work shall be left longer as it would
assist the curing.
Stripping Time: In normal circumstances where ordinary portland cement is used and
adequate curing is done, form work may generally be removed after expiry of the following
period:
The number of props left under the concrete element, their sizes and dispositions shall be
such that they shall be able to safely carry the full dead load and live load likely to occur
during further construction.
The contractor shall be liable for damage and injury caused by removing the forms or props
before the concrete has gained sufficient strength.
5.39 Conditions on RCC slabs/ Roof Slabs
5.39.1 The R.C.C. slab laid should be leak proof. After observing for two rainy seasons as defect
liability period if the roof or floor is found to be perfectly leak proof and no moisture or
dampness is seen underneath at ceiling of the slab, the contractor can ask for refund of
E.M.D. or F.S.D. from the department. If there are any defects noticed after laying of roof
they must be attended to by the contractor at his own cost. Further the contractor must
arrange to get the structure treated as per clause 21 of ISI code No.456/2000 at his own
cost on the instructions of the department.
When R.C.C. slab is laid, the contractor shall carry out the following tests at his own cost to
prove that the slab is impervious.
a) After the centering is removed and curing period is over the slabs shall be put to test by
stagnating water of 15 cms depth for one week and watched carefully to test the leakages if
any.
b) If there are any leakages, the contractor shall immediately rectify the same at his own cost
and again test the same to see that there are no leakages. No payment will be made to the
contractor on this account either for testing or for rectifications thus carried out.
c) The officer observing the leakage test shall issue a certificate to this effect before final bill is
made.
5.39.2 The variation thickness of R.C.C. roof slab due to varying spans, or special covering materials
should not effect the general roof bed which should be uniform unless otherwise shown in
drawings or instructed.
Tenderer
94 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
5.39.3 For all slabs to be laid MS hooks to be provided as directed by the department for fixing fans
and lights etc., G.I. pipes or PVC pipes has to be provided as directed by the department in the
masonry walls or concrete at the specified places for making electrical wiring.
TABLE – IV
For Vibrated Reinforced Concrete Items (V.R.C.C.)
Characteristic Strength of Cube at the age of 28 days of curing
5.40 Cement Plastering in two coats CM 1:6 & CM 1:4 (APSS 901, 903 & 904)
5.40.1 The surface shall be prepared by roughening of the back ground and raking the joints. The
surface of the wall shall be kept wet for 2 hours before plastering.
5.40.2 Guides: Patches of 15cm X 15cm of required thickness at not more than 2 meters intervals
horizontally and vertically shall be applied over the entire surface truly in the plane and truly
plumb to serve as guides.
5.40.3 Plaster shall be started from the top and worked down towards plinth. The work shall be tested
frequently with a plumb bob and straight edge.
5.40.4 The Mortar in 1:6 proportions shall be dashed and pressed over the surface and then brought to
smooth and uniform surface by means of float and trowel. The plaster shall be well pressed into
the joints.
5.40.5 After the first coat the surface is left rough to receive the second coat. The final coat shall be
applied a day or two after the first coat put on has set, but the first coat shall not be allowed to
dry. The final coat shall consist of 1 part of cement to 4 parts of fine sieved sand and shall be
applied as in the first coat and brought to a uniform surface and then finished with a sponge to
give granular appearance.
5.40.6 All corners, junctions and arises shall be brought truly to a line, level and plumb.
5.40.7 The finished surface shall be watered for a period of atleast 10 days.
5.41.1 On the clean wet surface of the concrete slab, before it has set, a layer of cement plaster shall be
laid to give an average depth of 20mm over the concrete.
5.41.2 The Mortar to be used shall be of CM 1:3 proportions mixed thoroughly with a standard water
proofing material with water repelling properties to ensure non-absorption.
Tenderer
95 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
5.41.3 Gauges should be put on the floor about ten feet apart to ensure even thickness.
5.41.4 Plastering must be done in squares or strips to avoid cracks. After the floor has been
completed, it shall be covered with two inches of grass; sand or saw-dust and kept wet for three
weeks.
5.42.1 Cement mortar for pointing shall conform to SS: 115 and shall be of 1:3 proportions.
5.42.2 The joints in the masonry shall be raked out to a depth not less than the width of the joint, when
the mortar is green. Joints are to be brushed clean of dust and loose particles with a stiff brush.
The area shall then be washed and the joints thoroughly wetted before pointing is commenced.
5.42.3 The mortar shall be pressed into the raked out joints according to the type of joint required. The
mortar shall not be spread over the corners, edges or surface of the masonry. The pointing shall
then be finished with proper tool. The superfluous mortar shall be cut off from the edges of the
line and the surface of the masonry shall be cleaned of all mortar.
i) Flush pointing with a groove or a line appears neat and does not spoil the look of the
stone or brick masonry.
ii) As far as possible a minimum amount of mortar shall be used to avoid wastage.
iii) The edges shall be neatly trimmed with a trowel and a straight edge.
iv) While mortar is green a groove shall be formed by running a tool along the center
lines of the joints. This operation shall be continued till a smooth and hard surface is
obtained.
vi) Even when the job is done carefully, there is always an amount of superfluous mortar
sticking to the masonry. This should be wiped off with a wet cloth.
vii) After the work is set and dry i.e., after one or two days the stones shall be cleaned
with a strong acid so as to remove the cement stains.
viii) After cleaning with acid the stones shall be cleaned with soap water to ensure natural
colour of the stones.
ix) If care is taken as shown above the pointing work will look attractive and neat, and
the natural appearance of the stone masonry is retained.
Flooring shall be with high polished colour granite stone slabs 18 to 20 mm thick of size not
less than 2.40 mts length, laid over existing RCC slab or CC bed.
All the stones in one room shall be preferably of same width and shade. The width of all the
slabs in one row must be uniform with longitudinal joints parallel to each other.
The joint width shall be kept minimum and the sides of the slab shall be chisel dressed to
ensure a correct joint.
Tenderer
96 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Raw-silk- pink granite Raw-silk-Ivory-granite
The mix proportions for the Granolithic concrete floor topping shall be (1:2:4) (Cement :
F.A. : C.A) by volume. The minimum amount of water which will give necessary workability
for adequate compaction shall be added. The grading of the course aggregate for Granolithic
concrete shall be from 6mm to 12mm. The finished thickness of flooring shall be 50mm
thick or as specified in the approved drawings and the panels into which the floor is divided
for laying the Granolithic concrete shall not have any panel dimensions in excess of 5.0m.
5.45 Joinery:
For all wood/iron/ Aluminium work a sample of each item i.e., frame with shutters
complete should be prepared and got approved by the Engineer-in-Charge before they are
manufactured in full quantities and fixed in position.
The furniture and fixtures and wind appliances for wood work should be of best quality
available in the market, and should be got approved by the Engineer-in-Charge before fixing.
The wood shall be of Best Sal wood/Best Teak wood as specified in Bill of quantities for
frames and shutters.
The wood shall be well seasoned, uniformly coloured and shall be free from knots, cracks,
shakes, splits, cross grains etc.
Moisture content of the wood used shall be as near as possible to the following values:
Tenderer
97 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Frames shall have dovetail, tenon or mortise joints.
Before fixing in position, the frames shall be inspected and passed by the Engineer-in-
charge. A coat of primer shall be applied before the frames are fixed in position. All portions
of untreated timber abutting against masonry or concrete shall be painted with boiling coal
tar or approved preservative, before placed in position.
The frames shall be erected in position and held plumb with strong supports from both
sides.
Frames without sills shall be provided with temporary wooden bracings between the styles
at sill level which can be withdrawn after the frame is firmly set.
M.S. Hollow door frames manufactured by cold roll formed process steel sheet 1.25mm
thick bright CRCA confirming to IS 4351-1976 with 105 x 60mm size .
5.48 Fabrication: The steel door frames shall be got fabricated in an approved workshop as
approved by the Engineer.
5.49 Mortar Guards : Mortar guards as instructed by the Engineer-in-charge shall be provided.
These shall be welded to the frame at the head of the frame for double shutter doors to
make provision for bolts.
5.50 Lock-Strike Plate : There shall be an adjustable lock- strike plate of steel complete with
mortar guard to make provision for locks or latches complying with the relevant Indian
Standards. Lock-strike plate shall be of galvanised mild steel and fixed at 95cm from the
head of the frame.
5.51 Shock Absorbers : For side hung door there shall not be less than three buffers or rubber
or other suitable material inserted in holes in the rebate and one shall be located on the
centre line of the lock strike plate and the other two at least 45cm above and below the
centre line of the lock strike plate. For double shutter doors, there shall be two buffers of
rubber or similar suitable material inserted in holes in the rebate in the lock jamb only at
the head and spaced 15cm at either side of the centre line of the door.
5.52 Finish : The surface of door frame shall be thoroughly cleaned, free of rust, mill-scale dirt,
oil etc. either by mechanical means, for example, sand or shot blasting or by chemical means
such as picking. After pretreatment of the surface one coat of approved primer i.e. red oxide
zinc chrome primer conforming to Ito 2074:79 and two coats of paints as directed by the
Engineer-in-charge shall be applied to the exposed surface.
5.53 Fixing: frames shall be fixed up right in plumb. To avoid sag or bow in width during fixing
or during construction phase, temporary struts across the width preventing sides bulging
inward may be provided. Wall shall be built solid on each side and grouted at each course to
ensure solid contact with frame leaving no voids behind the frame. The Hollow frame
section shall be filled with CC (1:2:4) using 20mm grade HBG metal. Three lugs shall be
provided on each jamb with spacing not more than 75 cm. The temporary struts should not
be removed till the masonry behind the frame is set. In case screwed base tie is provided,
this should be left in position till the flooring is laid when it can be removed. After
pretreatment of the surface, one coat of steel primer and two coats, of paint, as directed by
the Engineer-in-charge shall be applied to the exposed surface.
5.54.1 Flush shutters (Double/Single) : should be factory made ISI marked confirming to IS
2202-1991 (part-I), 35mm thick with bond wood solid block board type core having cross
bonds and face veneers hot pressed bonded with water proof phenol formaldehyde
synthetic resin, with lipping on all sides.
5.55 Construction: The block board core shall confirm to the requirements specified in clause
7.1.1. of IS 2202 (Part I) : 1991. The frame constructed of stiles and rails shall be provided
for holding the core. The width of the frame including internal lipping shall not be less than
45 mm and not more than 75 mm.
Tenderer
98 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
5.56.1 Plywood: used in flush door shutter shall confirm to IS 710 : 1976 with surface
requirements confirming to type AB of IS 303 : 1989.
5.56.2 Cross-bands used in flush door shutter shall confirm to the requirements laid down in IS
710:1976.
5.57.1 Face Veneers: used in flush door shutters shall confirm tot he requirements laid down for
veneer for BWP grade plywood in IS 710:1976.
5.57.2 All Plywood, cross – boards and veneer used shall be treated in accordance with clause 6.1.5.1.
of IS 2202 (Part I) : 1991.
5.57.3 Adhesive used for bonding plywood or cross bond and face veneer to core shall be phenol
formal dehyde synthetic resin adhesive confirming to BWP grade specified in IS 949:1974.
5.57.4 Internal lipping shall be of Teak wood and shall have a total depth not less than 25mm. It may
be provided separately, when it is of species different from that of backing or as one piece with
the style, designated as frame-cum-lipping, when internal lipping and backing are of the same
species.
5.57.5 External lipping shall be of teak wood and shall be solid and shall measure at least 6mm on the
face of the door. It shall be provided all round the shutter in case of single shutter and on three
sides in case of double shutter.
5.57.6 In case of double leaved shutters, the sheeting of the stiles shall be rebated by 8mm to 10mm.
The rebating shall be either splayed or square type as per clause 7.7 of IS 2202 (Part – I) : 1991.
The depth of lipping at the meeting of stiles shall not be less than 30mm.
5.57.7 Shutter shall be shop prepared for taking mortise locks or latches as may be ordered.
5.57.8 Workmanship and the finish of the face panels shall be in confirmity with those specified in IS
303:1989
5.58 Tests : Knife test, glue Adhesion test, End Immersion test, slamming test shall be carried out as
per clause 10 of IS 2202 (Part – I) 1991. The sampling and criteria for conformity, making etc.
shall also be as per IS 2202 (Part – I) : 1991.
5.59 Windows
a. Windows / Ventilator
Windows / Ventilators fabricated from pre painted Steel Sections, made out of cold rolled
steel as per ISD 513 of 0.6mm thick ‘D’ quality, galvanized as per IS 277 with sinc of 120
gm/sq.mtr.
Primer Coat of Epoxy Primer of 7 microns thick, finish paint with a modified polyster paint of
thickness between 13 – 20 microns, and back coat with Alkyd/Polyster of 7-12 microns. The
size of profiles is approximately 56 x 46mm for internal shutter frames and 46 x 52mm for
External shutter frames. Shutter in fitted with 4mm thick plain/pinheaded glass fixed with
EPDM gaskets in the groove provided in the profile.
b. Doors
Doors fabricated from Pre-Painted Steel Sections, made out of Cold Rolled Steel as per IS 513
of 0.6mm thick ‘D’ quality, galvanized as per IS 277 with zinc of 120gm/se.mtr. Primer Coat
of Epoxy Primer of 7 microns thick, finish paint with a modified polyster paint of thickness
between 13-20 microns, and back coat with Alkyd/Polyster of 7-12 microns. The size of
profiles is approximately 46 x 46mm for Internal Shutter frames and 46 x 52mm for External
Shutter frames, middle and bottom jambs of size 23 x 130mm and panels filled with
Glass/Board.
(i) Aluminium doors, windows and ventilators: All extruded aluminium section to be used for
fabrication shall be hollow aluminium alloy extrusions confirming to designation 63400 of
IS: 1285. Aluminium Doors, Windows and Ventilators shall confirm to IS 1948:1961
(ii) All extruded aluminium sections and fixtures shall be coated with natural colour anodic
coating in accordance with IS 1868.
Tenderer
99 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
(iii) The mortice locks shall be provided in accordance with IS 2209.
(iv) The floors springs (hydraulically regulated) shall be in accordance with IS 6315:1992.
5.61 Q.C. Clearance: The doors & windows (both frames & shutters) and ventilators should be
got cleared by the Engineer / Quality Control agency authorised by the Engineer-in-Chief.
The tests will be conducted at the manufacturer’s place and Q.C. clearance certificate will be
issued for the lot before supply to site for use in construction. All the arrangements for
testing at the manufacturer’s place should be made by the contractor at his cost. No door,
window or ventilator should be fixed without clearance of Engineer/ Q.C. agency. The
contractor should inform the Engineer/Q.C. agency for testing and clearing at least 7 days in
advance.
If the site is infected with white ants, all the ant hills shall be dug out completely and queen
ants destroyed. Anti-termite treatment, before construction in foundation and basement
where required shall be done as per I.S. code 6313 Part II 2001.
Chemicals used, the relevant I.S. specifications for the same and their usual concentrations
as water emulsions for soil treatment shall be as given in table 201.9 of S.S. 201 APSS.
The structural glazing shall be made up of electro colour anodized (having 15 micron anodic
coating) aluminium structural sections of not less than 101.5 x 57 x 2 mm box sections for
all mullions and not less than 63 x 57 x 2 mm box section for all transoms of structural
glazing
system and sub frame of 26.5 x 20 x 1.8 mm size. The members shall be fixed in grid pattern
mechanically joined with Aluminium cleats and GI metal screws. The frame shall be fixed to
the beam / slab/ soffit with GI brackets and fasteners. Glazed panels shall be made using 5
mm thick heat strengthened reflective glass of St.Gobain / Glaverbel / Equivalent make
fixed to the sub frame with 6 x 12mm spacer tapes of Norton make or equivalent and
structural silicone bonding using G.E. SILICONE (SSG 4000) or DOW CORNING (795). The
gaps between glazed panels shall be sealed with suitable Bakor rod and Silicon weather
sealant of GE / DOW CORNING are to be applied to provide water tightness of glazing frame.
Necessary masking tapes are to be used to prevent spreading of sealant over glass panels.
The Aluminium wall cladding shall be fabricated with a minimum of 4mm thick Aluminium
composite panel of approved make comprising of thermoplastic resin core sandwiched
between two skins of 0.25mm thick aluminium alloy. The panel shall be PVDF coated to
minimum 35 micron thickness of approved metallic colour. The resin content pf PVDF shall
be 75% to 80%. The back of the panel shall be chromatised 3 -4 microns. The Aluminium
composite panel shall be mounted on frames made of 50 x 25 x 1.5 mm aluminium extruded
tubes fixed to the column / beams / walls with Anchor bolts, screws and GI brackets and
fasteners wherever required.
Blasting operations when considered necessary shall be resorted to only with written
permission of the Engineer-in-charge. Where blasting is resorted to only small charges shall
be used. Prior inspection shall be carried out for the safety and stability of the public
property. Blasting operations in the proximity of over head power lines, communication
lines, or other structures shall not be carried until the operator or the owner of both of
such lines have been notified and precautionary measures deemed necessary shall be taken
as per the procedure laid down in S.S. No. 203 APSS and code 4081-1986 shall be followed.
This includes rock which is easily excavated by blasting, but due to close proximity of
structures or any other reason that the Engineer-in-charge may consider, will have to be
excavated by chiseling.
Tenderer
100 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
The contractor may resort to any of the following methods to excavated rock by chiseling:
(iii) Controlled blasting with a small charge just sufficient to make a crack in rock which will
be subsequently removed by wedging.
No extra payment shall be made for removal of rock by chiseling and controlled blasting.
Structures in which marked changes in plan dimension take place abruptly shall be
provided with expansion joint at the section where such changes occur. Expansion joint
shall be so provided that the necessary movement occurs with a minimum resistance at the
joint. The structures adjacent should preferably supported on separate columns of walls
but not necessarily on separate foundations reinforcement shall not extend across an
expansion joint and the break between the sections shall be complete. The details as to the
length of a structure where expansion joints have to be provided can be determined after
taking into consideration various factors such as temperature exposure to weather etc. For
the purpose of general guidance however it is recommended that structure exceeding 45M
in level to shall be decided by one or more expansion joints (SS No. 403.8 & IS 456).
b) Construction Joints
Vertical joints in floor and roof slabs shall be provided in the case of long building of more
than 30M in length specially when the width or depth of such buildings are less than 15M
and when narrow corridors connect blocks of relatively greater width. The most suitable
position for such vertical joints are where the corridors take off from inner blocks. On soils
such as black cotton, such joints are more essential shall be invariably provided at the
places shown in the drawing or as directed by the Engineer-in-charge. Construction joints
when necessary shall be located as follows.
In the main beam over the centre of support. No vertical joint shall be permitted in case of
main beams. In other cases they shall be provided if necessary in the following location.
ii) In the case of slabs the joints wherever possible shall be parallel to main reinforcement.
In the case of one way reinforced slabs and over the centre of supporting beams or walls
in other cases. In general the joints shall not be provided in locations of considerable
shear or under concentrated loads.
Suitable water stops as specified shall be provided in the case of water retain structures
(SS No. 403.7).
a) Where supports are not monolithic with the beam or slab the bearing surface shall be
plastered with cement mortar 1:3 with the craft paper laid over the plaster, before
laying the concrete.
b) The vertical face of the masonry rebate at bearings shall be plastered smooth with
CM 1:3. For beams the craft paper shall be continued to the sides by folding the paper
neatly to the plastered vertical face of the masonry opening.
6.9.1 The tenderer shall be solely responsible for handing over a watertight structure. Failing
which, he will not be entitled to final payment under this contract. The period of guarantee
required for the contract, before which he will not be entitled to final payment under this
contract, shall be two years after completion of the reservoir and putting in into commission
Tenderer
101 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
and-during this period the structure under full working head of water shall neither develop
any defects which will endanger its stability nor shall it show signs of leakage. The above
guarantee period of two years shall commence from the date of first filling of the reservoir
with water upto the maximum water level.
6.9.2 Cash security to the value of 5 (five) percent of each bill will be recovered from payments
due to be made to the contractor and credited to deposits. These deposits together with
earnest money arid security deposit required under the terms of the contract will be
retained till the expiry of the guarantee period and until a certificate of soundness of the
structure is furnished by the Engineer-in-charge. The whole of the above sum together with
any recovery, from the payment already made, as may be assessed by the Engineer-in-charge
shall be forfeited to the Department if the reservoir developed leaks. The above percentage
recovery shall be exclusive of the amount with-held under Clause 68 of Preliminary
Specifications to the APSS.
6.9.3 The work shall be executed according to the standard specifications for the reinforced
concrete given in APSS and relevant Indian Standard No. IS:3370 parts I, II and IV and also
the notes on reinforced concrete, contained therein, subject however to the modifications
indicated hereunder. All concrete shall be mixed in power or diesel driven concrete mixers
and placed in such a manner so as to prevent segregation of heavy aggregate. It is absolutely
essential that most careful attention is to be paid by the contractor in preparation, mixing
and placing to secure a dense concrete necessary for water tight structure. Special care is
necessary at expansion joints, where 6" wide Rubber water stopper is to be inserted and all
construction joints shall be treated as stipulated in IS:3370 part I to ensure water tightness.
The amount of water required to produce the least shrinkage effects should be carefully
gauged. The clear cover of reinforcement rods shall confirm to those specified in IS:3370
Part II.
6.9.4 The contractor should be prepared to arrange on his own responsibility sufficient number of
concrete mixers and vibrators as may be required. Test cubes' should be taken and got
tested periodically at the expense of the contractor and the results shall confirm to IS:456-
1964. No patent water proofing compound shall be mixed in concrete, nor applied to the
surface nor shall plastering be done to the interior of the reservoir as those are liable to give
defective results on the life and water tightness of the reservoir.
6.9.5 All faces of the reservoir interior, and sub-structures shall be free from honey-combing and
shall present a smooth dense surface and shall be free from work ridges and shall be given
cement wash to improve the appearance. If any honey combing is seen on the finished
surface of the concrete, it shall be rectified by gunting at the contractor's expense.
The average loss of water in 24 hours shall not exceed the following:
a)0.1% of the capacity of tank
b) 5mm fall in the level
6.9.7 Additional allowance upto 0.5mm fall in level may be made for high exported loss in
summer depending upon the local conditions. Records shall be kept of leaks, if any, at
different levels of water.
6.9.8 If the water tightness test is still found to be not satisfactory the contractor shall be required
to carryout tests to localise the leakages at his cost.
The contractor shall then be required to take such measures as the Engineer-in-Charge
specify to make the structure water tight to the extent described. Entire rectification work
shall be at the contractor's cost. All the arrangements required for testing shall be at the
contractor's cost. Payment will be made at the quoted rate only after conducting water
tightness test successfully however subject to operation of condition.
7.0.1 All the necessary safety appliances as per IS: 4130 shall be issued to the workers and their
use explained. It shall be ensured that the workers are using all the safety appliances while
at work.
Tenderer
102 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
7.0.2 Walkways and passageways shall be provided for the use of the workman who shall be
instructed to use them and all such walkways and passageways shall be kept adequately
lighted, free from debris and other materials.
7.0.3 During night, red lights shall be placed on or about all the barricades.
7.0.4 All the roads and open area adjacent to the work site shall either be closed or suitably
protected.
7.0.5 All nails in any kind of lumber shall be withdrawn, hammered or bent over as soon as such
lumber is removed from the structure and placed in pipes for future cleaning or burning.
7.0.7 Where in any work of demolition it is imperative, because of danger existing to ensure that
no unauthorized person shall enter the site of demolition outside working hours, a
watchman should be employed. In addition to watching the site, he shall also be responsible
for maintaining all notices, lights and barricades.
7.0.8 On every demolition job, danger signs shall be conspicuously posted all-round the structure
and all door openings giving access to structure shall be barricaded or marked except
during the movement of actual workmen or equipment. However provision shall be made
for at least two independent exits for escape of workmen during any emergency.
7.0.9 The removal of a member may weaken the side wall of an adjoining structure and to
prevent possible damage, these walls shall be supported until such time as permanent
protection is provided. In case any danger is anticipated to the adjoining structure the same
shall be got vacated to avoid any danger to human life.
7.0.10 The power on all electrical service lines shall be shut off and all such lines cut or
disconnected at or outside the property line, before the demolition work is started. Prior to
cutting of such lines the necessary approval shall be obtained from the electrical authorities
concerned for demolition work itself.
7.0.11 All gas, water, steam and other service lines shall be shut off and capped or otherwise
controlled at or outside the building line, before demolition work is started.
7.0.12 All the mains and meters of the building shall be removed or protected from damage.
7.0.13 If a structure to be demolished has been partially wrecked by fire, explosion or other
catastrophe, the walls and damaged roofs shall be shored or braced suitably.
7.0.14 All practical steps shall be taken to prevent danger to persons employed from risk of fire or
explosion or flooding. No floor, roof or other part of the building shall be so overloaded with
debris.
Fabrication and application of primer and sand blasting, erection in position structural
steel works in built up sections, rolled steel sections. Painting works for the structural steel
(measured on weight of fabricated steel) Make JSW/SAIL/TATA / VIZAG STEEL including 2
coats of primer , 2 coats of epoxy paint of Asian or any approved make.
• For YST Gr. 450 Mpa
• For YST Gr. 310 Mpa
TECHNICAL SPECIFICATIONS
SANITARY AND WATER SUPPLY
STANDARD SPECIFICATION FOR BUILDING WORK (AS PER A.P.S.S.)
All the items of work shall be executed as per the Standard Specifications laid down in APSS, the relevant
I.S Codes of the Special Specification as indicated in Schedule - 'A' of the tender
Tenderer
103 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Specification
Sl. No. Name of the specification
No.of.APSS
13. SANITORY WORKS AND ROOF PLUMBING
13.01 Stoneware pipes and fittings 1301
13.02 Cast iron pipes & special castings for water & Sewage 1302
13.03 Galvanised mild Steel Pipes & Fittings 1303
13.04 Concrete & pre-stressed Concrete Pipes & Collars 1304
13.05 Asbestos Cement Pressure Pipes & Fittings 1305
13.06 Unplasticised (Rigid) PVC pipes and fittings for potable water supplies 1306
13.07 Polyethylene pipes and fittings for potable water supplies 1307
13.08 Cast iron manhole covers & frames intended for use in drainage works 1308
13.09 C.I. Surface boxes for sluice valves, fire hydrants and air valves 1309
13.10 C.I. Grating for drainage works 1310
13.11 Sheet metal rain Water Pipes, gutters, fitting & accessories 1311
13.12 C.I. Rain water pipes and fittings 1312
13.13 Asbestos cement rain water pipes, gutters and fittings (spigot and socket type) 1313
13.14 Asbestos cement soil, waste and ventilating pipes and fittings 1314
13.15 C.I. Soil, waste and ventilating pipes & fittings 1315
13.16 Handling, transport and custody of pipes, fittings valves etc. 1316
13.17 Trench work excavation and back filling 1317
13.18 Laying and Jointing of glazed stoneware pipes and fittings 1318
13.19 Laying & Jointing of C.I. pipes, fittings & fixing accessories 1319
13.20 Laying & Jointing of Galvanised mild steel pipes & fittings 1320
13.21 Laying & jointing of cement pipes 1321
13.22 Laying & jointing of AC pressure pipes & fittings 1322
13.23 Laying & jointing of Unplasticised (Rigid) PVC pipes and fittings for potable water 1323
supplies
13.24 Disinfection of water mains before commissioning 1324
13.25 Construction of manholes, flush tanks & other masonry works on sewers 1325
13.26 Fixing and Plumbing of sanitary fittings 1326
13.27 House Drains Connection – Construction 1327
13.28 fixing of rain water gutters & down take pipes for roof drainage 1328
Tenderer
104 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
DRAINAGE, SEWERAGE, WATER SUPPLY, PLUMBING ETC.
1.0 DRAINAGE, SEWERAGE, WATER SUPPLY, PLUMBING ETC.
1.01 General
1.01.1 All water supply, drainage and sanitary work shall be executed by a licenced or authorised
plumbing supervisor or licenced or authorised plumber and shall be in accordance with the
requirements of relevant bye-laws of-municipal or other authorities in whose jurisdiction
the work is being carried out.
1.01.2 All items such as earthwork excavation, concrete, brick work, stone work, painting, etc.,
relevant specifications for those shall apply unless otherwise specified.
1.01.3 Unless otherwise specified, all exposed work such as cisterns, brackets etc., shall be painted
with synthetic enamel paint of approved colour in two coats over a priming coat.
1.01.4 The diameter of pipes and fittings wherever mentioned shall mean the internal diameter of
nominal bore unless otherwise specified.
1.01.5 The job shall include the cost of making necessary chases, grooves, holes etc, in walls, floors
and in other places and also making good or completion of the works. ANY DAMAGE caused
to floors, walls etc., during the execution of the sanitary and plumbing works shall be made
good by the Contractor at his own cost to the satisfaction of the Engineer-in-charge.
1.01.6 All the water supply and sanitary connections are to be tested against leakage and
satisfactory performance based on standard tests before they are fixed.
Tenderer
105 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Codes and Standards
SCHEDULE -C
GENERAL SPECIFICATIONS
IS.No. and as
Sl.No. Description amended from
time to time
A) LIST OF INDIAN STANDARDS
9 Cast iron fittings for pressure pipes for water, gas and sewage IS 1538:1993
10 Specifications for Centrifugally Cast (Spun) Ductile Iron Pipes for IS 8329:2000
Water, Gas and Sewage
11 Specification for high density polyethylene pipes for potable IS 4984:1995
water supplies.
12 Mild steel tubes and tubulars. IS 1239
13 Specification for Chemically resistant salt-glazed stone ware IS 3006:1979
pipe and fittings.
II WATER SUPPLY FITTINGS
3 Washers for use with fittings for cold water services. IS 4346:1982
Tenderer
106 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
III SANITARY FITTINGS
7 Waste plug and its accessories for sinks and wash basins. IS 3311:1979
8 Non ferrous waste fittings for wash basin and sink. IS 2963:1979
IV LAYING OF PIPES
5 Laying and jointing of polyethylene pipes and PVC pipes parts- I IS 7634:
to III
6 Laying of D.I pipes IS 3114:1965
7 Code of practice for laying concrete pipes. IS 783 :1985
3
Specification for Centrifugally cast (spun) iron spigot and socket IS 3989:1984
soil, waste and ventilating pipes, fittings and accessories.
4
Code of practice for fixing rainwater gutters and down pipes for IS 2527:1984
drainage.
5 Code of practice for building drainage. IS 1742:1983
Note:- The above I.S specifications mean latest over and above with amendments if any.
Tenderer
107 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
1.02 Materials: Materials, fittings and appliances for sanitary and plumbing work, used in the
work shall be as specified in the Bill of quantities. The contractor shall submit to the
Engineer-in-charge, samples of all materials, fittings and appliances for approval well in
advance before starting the work. All materials, fittings and appliances used in the work
shall confirm to the approved samples.
1.02.1 Galvanised pipes and fittings: -Galvanised steel pipe, fittings and accessories shall be of
tested quality and shall confirm to IS: 1239 - (Part-I) 1968.
1.02.2 Lead Pipe:- Lead pipes shall confirm to IS:404 Weight and thickness of pipes shall be
indicated in the drawings or in the Bill of quantities.
1.02.3 Lead sheets: Sheet lead for finishing shall weight at least 30 Kgs. per sq.m. unless specified
otherwise and shall confirm IS:405.
Bottle trap shall be of approved quality heavy brass chromium plated trap and made
particularly smooth on the inside and shall have minimum 50 mm water seal and cleaning
screw at bottom.
1.02.4 Lead trap; Lead traps shall be of the same weight and thickness for lead pipes. Lead traps
wherever provided hall have minimum 50 mm water seal and cleaning screw at bottom.
Traps shall be connected to wasted pipes with brass cap and lining of required sizes and
wiped solder joints.
1.02.5 High density polythelene pipes and fittings: High density polythelene pipes and fittings
shall be of tested quality and shall confirm to IS:4984-1972 and IS: 8008
1.02.6 Cast iron pipes and accessories: Cast iron pipes with sockets spigots ends shall confirm to
IS:1230 and IS:1729.
1.02.7 IS:8008 : Specification for injection moulded HDPE (Part I to IV) fittings for
potable water supplies.
1.02.9 Concrete pipes: Concrete pipes shall be non-pressure type and shall confirm to IS: 458 and
the type of joints shall be as indicated in the drawings.
1.02.10 Salt-glazed stoneware pipe: Salt glazed pipe shall conform to IS: 651 and IS: 4006.
1.02.11 Sanitary appliances and non-ferrous fittings: All sanitary appliances and non-ferrous
fittings shall be of tested quality and shall confirm to the relevant Indian Standards.
1.03 Joints
1.03.1 Cast iron Pipes: The type of jointing for CI pipes confirming to IS: 1729 shall be socket and
spigot either with molten lead wool and gasket confirming to IS: 782.
If the joints used are spigot and socket types, the spigot shall be careful centered in the
socket by one or more pieces of clean white hemp/spun yarn with about 25mm overlap;
sufficient yarn only shall be forced into the socket to leave a correct depth for lead caulking.
The pipe shall then be examined again for line and level and the proper depth of each joint
shall be tested before running the molten lead. For pouring of molten lead of ring of hemp
rope shall be wrapped round the pipe
at the end of the socket and the joint shall be covered with stiff damp clay. The rope shall
then be removed carefully leaving V shaped large hole at the top of the joint to pour the
molten lead. Lead shall be poured in one operation only. After a section of convenient length
of pipe has been laid, lead shall be caulked sufficiently with caulking tools and hand hammer
till the excess lead is removed and the joint shall be made neat and clean.
The type of jointing CI pipes conforming to IS: 1230 shall be socket and spigot with cement
and sand. mortar (1 : 1) and gasket yarn.
The spigot shall be carefully inserted and centered in the socket by and or more pieces of
thick clean hemp/spun yarn and shall be forced into the socket to leave a correct depth of 30
mm around for cement mortar. The pipe shall then be examined again for line and level and
the proper depth of each joint shall be tested before inserting the cement mortar. The joints
shall then be adequately carefully filled with stiff cement and sand mortar (1: 1) and the
joints shall be levelled to the edge of the socket. Each joint shall be adequately cured by
covering with wet clothes and pouring water at frequent intervals.
Tenderer
108 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
The parking ring or washer for the flanged joints shall be rubbed for the full diameter of the
flange with proper pipe hole and the holes cut out suitably. The packing shall be smeared
with graphite paste or a mixture of red lead and white lead and shall be introduced between
the flanges of both the pipes and nuts tight in opposite pairs keeping the longitudinal axes
adjoining pipe lines in exactly the same straight line. Lead washers shall be provided along
with bolt, to prevent any leakage through bolt holes.
1.03.2 Stoneware pipes: The type of jointing for stoneware pipes shall be socket and spigot as
indicated on the drawings. The inside of the socket shall be first painted with a layer of
cement mortar (1 :2) and a gasket of yarn dipped in cement slurry shall be inserted in the
socket of the pipe with in wooden caulking tool and wooden mallet in such a way that the
gasket shall fully enRural Region the spigot with a slight overlap. When the spigot end
received the gasket, it shall be wrapped round with two or three turns of treated spun yarn
its end before being inserted into the sockets. The rest of the joint shall be then completely
filled with cement sand mortar (1 : 1) having very little water and the joint shall be leveled
to form a smooth splayed; filled at the angle of 45 degree. All excess of cement mortar left
inside the pipe joint shall be neatly cleaned off and the joint shall be adequately cured by
covering with gunny bags and pouring water at frequent intervals. In jointing stoneware
pipes, care shall be taken that the pipes and kept concentric and the socket especially on the
under side, shall be completely filled with cement mortar. Where settlement of earth is
envisaged, the joint shall be made with bitumenastic filler or any other materials as
approved by the Engineer-in-charge.
1.03.3 Concrete Pipes: The type of jointing for concrete pipes shall be with loose concrete collars
and the joints shall be packed from other side with spun yarn dipped in cement slurry as
specified for jointing stoneware pipes; stiff cement mortar (1: 1) shall be filled from both
sides and splayed at an angle of 45 degree on both side, the joints shall be adequately cured
as specified for joints in stoneware pipes.
1.04 Laying of pipes :
1.04.1 Cast iron pipes: The laying of cast iron pipe lines shall commence only after the bottom of
the trench at various points have been levelled and aligned in accordance with the drawings.
The sides of the trenches shall be vertical as far as possible and the width of the bottom shall
be 300 mm wider than the diameter of the pipe. Where joints are made, the trench shall be
widened suitable to provide room for caulking joints. Shorting and Timbering shall not be
used without prior approval of the Engineer. For pipes buried in the ground, the Contractor
shall take care to
maintain always the minimum cushion of earth over the pipes as indicated in the drawings. All
pipes, Water mains, cables etc met within the course of excavation shall be carefully
protected and supported. All pipes and fittings shall be sounded with a light hammer and
checked properly to detect any crack or blow holes before laying. The excavated materials
shall be thrown on one side of the trench and the pipes stacked on the other side.
The inside of the socket and the outside of spigot shall be thoroughly cleaned of all foreign
matter before laying. The pipes shall be laid with their socket ends facing the directions of
the flow. The pipes shall then be lowered in the trenches by a method as approved by the
Engineer. The pipes shall then be jointed by caulking as specified in clause 8.01.15. After
each section of the pipeline has been laid it shall be tested for water tightness before back
filling the trench. On successful completion of testing, the trench shall be backfilled with the
excavated earth in layer of200 mm and shall be watered and rammed. Any subsidence
accruing in the line of branches after backfilling shall be repaired by the contractor at his
own cost. Where the pipe lines cross roads, the sides of the trenches shall be suitably shored.
1.04.2 Concrete pipes: The laying of concrete pipelines shall conform to clause 9 of IS:783. Pipes
shall be laid true to line and grade. Laying of pipes shall always proceed upgrade of a slope.
1.04.3 Stoneware pipes: The laying of stoneware pipeline shall commence only after the bottom of
the trench at various points have been levelled as shown in the drawings. The centre line of
the trench shall be first marked out on the ground and shall be excavated correct to depth,
slope and width at all points. The pipes shall be carefully laid to the alignment, levels and
gradients as shown on the drawings. The trench shall be excavated wide enough under the
sockets to allow hands to pass for making joints. The pipes between manholes shall be laid
truly in straight lines and without any vertical or horizontal deviations on a bed of concrete
as shown in the drawings. While laying pipes, portion of concrete under each socket shall be
dug and taken off so that the barrel of the pipe gets full support on the concrete bed. Pipes
shall be launched with concrete tangentially upto the crown of the diameter of the pipe as
shown on the drawing. When it crosses under a road, the pipes shall be fully encased in
concrete as shown on drawings. The contractor shall take precautions to maintain always a
minimum cushion of earth over the pipes as indicated in the drawings. All pipes shall be
carefully examined with a light hammer for soundness before laying. After each section of
the pipeline has been laid, the joints hall be allowed to sit properly and shall be inspected
and carried out only after approval of the Engineer. After testing, the trench shall be back
filled with selected earth in layers of 200 mm and shall be watered and thoroughly rammed
Tenderer
109 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
all pipes, water mains, cables etc. met within the course of excavation shall be carefully
protected and supported.
When the pipelines cross roads, the trenches shall have vertical sides with suitable shoring.
Any subsidence in the line of trenches after backfilling shall be repaired by the contractor at
his own cost.
1.04.4 Cast iron rain water pipes:
Cast iron rainwater pipes shall confirm to IS:1230 and IS: 1729 and shall be installed as
shown in the drawings.
Cast iron rainwater pipes fixed exposed to external walls shall confirm to IS: 1230 and shall
be blocked out at least 20 mm from the plastered surface by means of cast iron bobbing. The
rain water pipes at the roof level shall be fitted with a cast iron band with a masonry bell
mouth of suitable size fitted with a cast iron grating. The bottom of the down pipe shall be
fitted with a shoe fixed 150mm above ground / apron level of the building as shown on the
drawings. The sockets spigots of pipes and fittings shall be joined as specified in clause
8.01.15.
Cast iron rainwater pipes embedded in concrete or masonry shall confirm to IS: 1729 and
shall be securely fixed to wall with wooden plugs and nails. Joints of the sockets and spigots
of pipes and fittings shall be as specified in clause 8.01.15.
2.01.1 Screwed galvanised steel pipes, conforming is IS: 1239 shall be jointed with screwed socket
joints and screwed fittings of the same materials as that of the pipes. Any burrs remaining on
the pipes and after the threads are cut shall be removed. An approved jointing compound
together with a grumet of a few stands of fine yarn shall be used for jointing pipes and
fittings. Any pipe
Tenderer
110 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
threads exposed after jointing shall be painted with white synthetic enamel paint and in the
case of under ground piping, thickly coated with approved bituminous compound to prevent
corrosion.
2.01.2 The depth at which the underground water supply pipe is to be laid shall be as shown in the
drawings. The service pipe passing into or beneath the building shall be laid at least 200mm
below the ground floor level and accommodate in a previously laid sleeve in the structure
where it enters the building. The space between the sleeve and the pipe as its entry into the
exit from the building shall be filled with bituminous materials for a minimum of 150mm at
both ends. Piping shall not be buried in walls or floors as far as possible. However when
unavoidable, piping shall be buried for the shortest distance necessary and adequate
protection shall be provided against damage.
2.01.3 Galvanised steel piping shall be secured by iron or steel clamps and hooks when fixed on
walls. All pipe work shall be completely water tight and the joints shall be such that there are
no projections of jointing materials or the like in the interior of pipes. Before the pipeline is
commissioned, all piping and fittings shall be flushed clean
2.01.4 Testing: After the laying and fixing of all galvanised steel water supply pipes and fittings are
completed the line shall be slowly and carefully charged with water to a test pressure of 5
Kg. per Sq.cm. or the specified working pressure plus 50% as may be prescribed by the
Engineer. Care shall be taken that air in pipelines is completely exhausted while filling the
pipelines with water. This pressure shall be maintained for at least one hour, unless
otherwise specified. The pipes and fittings shall be inspected for any leakage of water.
Defects in pipes and fittings, if detected, shall be remedied by the Contractor at his own cost.
2.02 Jointing and laying of high density polythelene water supply pipes:
All higher density polythelene pipes shall have screwed ends and shall be jointed with
screwed fittings of the same materials of the pipes. Any burrs remaining on the pipe ends
after cutting threads shall be removed if necessary and approved jointing compound with a
few strands of fine yarn may be used for jointing pipes and fittings. All exposed high density
polyethelene pipes shall be installed with PVC saddles Screwed on 25mm thick wooden
blocks securely fixed on walls, at suitable intervals, not exceeding 1m. Pipes wherever
installed on wall, clamps shall be fixed as in the case of galvanised steel pipes.
2.03 Jointing of lead pipes: Jointing in lead pipes shall be wiped solder joints. Joints shall be
wiped in a continuous circular motion in one direction so as to leave a neatly formed
elliptical shaped joints free from tears, burns, dropping etc. All exposed lead pipes, exceeding
25mm in diameter shall be secured to walls by iron clips or lead ears. The spacing of the
clips shall not exceed 900mm.
2.04 Storage water tanks : All tanks for storage of water shall be as indicated in the drawings
and bill of quantities and shall be completely and properly covered with dust, light and
mosquito proof cover of approved type as shown on the drawings or as described in the bill
of quantities. They shall be fitted with a ball valve of approved type, securely fixed to the
tank independent of the inlet pipe. A mosquito proof overflow pipe shall be fixed to the tank
with the pipe invert about 25mm above the top of water line.
Approved type of stop valve shall be provided for every outlet pipe. All outlet and inlet pipes
shall be fixed as shown in the drawings. Support of the tanks shall be 'as indicated in
drawings. Inside surface of galvanised steel tanks shall be painted with anti-corrosive
drinking water paints as indicated in bill of quantities.
2.05Cleaning and disinfection: All storage tanks water supply fittings and pipes before being put into
commission, shall be disinfected with liquid chlorine by the Contractor as his own cost.
3.1 Water closet-Squatting type: Squatting type water closet shall be fitted with specified trap
and shall be jointed with gasket yarn and cement mortar. Rim of the pan shall be levelled
properly and set flush with the finished floor. The pan shall be connected to flushing cistern
of capacity as indicated in the bill of quantities. The flushing cistern shall be supported on
pair of CI cantilever brackets firmly embedded in the wall in cement mortar (1:4) or screwed
to wall suitable plugs. Heights of the bracket from the top of pan shall be as shown in the
drawings. The flush pipe from the cistern shall be 32 mm of specified tested quality and
connected to the pan inlet by means of hemp and putty joint.
Tenderer
111 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
3.2 Water closet-pedestal type : Pedestal type water closet shall be rigidly fixed on the finished
floor by means of 75mm long brass screw with suitable plugs. The flushing cistern shall be
porcelain or PVC or cast iron low level push down cistern of capacity as indicated in the bill
of quantities. The cistern shall be supported on pair of cast iron or rolled steel cantilever
brackets firmly fixed on wall with brass screws and suitable plugs. The flush pipe from the
cistern shall be 40mm dia chromium plated. Brass bend fitted to the closet by means of
rubber adopter. The closet shall be provided with double plastic seat cover confirming to
IS:2548 and chromium plated hinges.
3.3 Urinals: Flat back type urinals shall be firmly fitted. on finished wall by means of 50mm long
brass screws and suitable plugs. Height of the lip from the standing point shall be as shown
in the drawings. Urinals shall be fitted with specified type of automatic flushing cistern of
capacity as described in the bill of quantities and as shown on the drawings. Flushing pipes
shall be of galvanised steel pipes of required sizes and connected to the Urinal with 15mm
dia. PVC connector fitted with brass cap and lining at one end. The joint to the inlet of urinal
shall be neatly finished with putty joints.
The arrangement of waste pipes and discharge to the floor trap shall be as shown on the
drawings or as directed by Engineer. For single urinal, the discharge may be direct to the
floor trap through a 40mm dia waste pipe. For range of urinals the discharge may be
collected to the common discharge pipe by 40mm dia pipe shall be led to the 100mm SWG
half round channel laid on the floor leading to the floor trap.
Wash hand basin shall be fitted in position to true level on a pair of cast iron brackets rigidly
fixed on wall with 50mm long brass screws and suitable plugs. The type of waste pipes and
their connection shall be as shown on the drawings or as directed by the Engineer.
3.5 Porcelain sink of size as indicated in the bill of quantities shall be levelled properly and
fitted in position on a pair of cast iron cantilever brackets firmly embedded in the wall in
cement mortar
(1 :4) The sink shall be fitted with chromium plated brass waste fittings of standard size. The
type of waste pipes and their connections shall be as shown on drawings. or as directed by
the Engineer.
3.6 Other miscellaneous fittings (e.g. Mirror, towel rails, soap cases etc.)
All such fittings shall be of type and sizes prescribed in the bill of quantities and shall be
fitted in position true to line, level, and plane as shown on the drawings or as directed by the
Engineer.
ALL MATERIALS TO BE USED FOR CIVIL WORKS AND SANITARY WORKS SHOULD BE FIRST
QUALITY AND AS PER THE STANDARDS OF BIS. STEEL SHALL BE PROCURED FROM
MANUFACURERS MENTIONED AT CLAUSE 110 OF CONDITIONS OF CONTRACT
Tenderer
112 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
INTERNAL ELECTRIFICATION
(AS PER NUMBERS OF APSS, BIS CODE, MOST, ETC)
I.E. RULE 1956: the installation shall generally be carried out in conformity with Indian electricity
rule 1956 as amended from time to time and national electrical code which contains specific
regulations to be adhered to in the supply and use of electrical energy in the interest of safety.
PRESURE AND FREQUENCY OF SUPPLY: all current consuming devices shall be suitable for the
pressure and frequency of supply stated in the special conditions of contract.
SYSTEM OF WIRING: the wiring shall be carried out on such a system as may be specified in the
conditions of contract. Power wiring shall be kept separate and distinct from lighting wiring. All
conductors shall be run as far as possible along the walls and ceiling, so as to be easily accessible for
inspection. The balancing of circuits in three phase system shall be arranged before hand by the
engineer.
CONDUCTORS: The material and size of the conductors shall comply with the bureau of the Indian
standards and as per the provision of I.E. rules, 1956. all cables shall have the maker’s name and
identifications printed on the insulated surface. In case of dispute regarding make it is the
responsibility of the contractor to prove that the material is original of the company.
MATERIALS: All materials, fittings, equipment and their accessories, appliances, etc, used in an
electrical insulation shall confirm the bureau of India standard specification wherever they exist.
Incase the Indian standard does not exist, the materials and other items shall be those approved by
the competent authority. A list of approved materials for use in the electrical works is enclosed.
2.0 TESTS TO BE COMPLIED WITH: Before the installation is permanently put in to service the
following test shall be complied with.
b) The insulation resistance of an installation measured as in above shall not be less than 1 mega
ohm.
Lighting circuits shall be tested with all lamps in place except in the case of earthed concealed wiring
system.
Heating and power circuits may be tested, if desired with the heating and power appliances
disconnected from the supply.
3.0 EARTH RESISTANCE: It is recommended that the value of any earth system shall not be more than 1
ohm unless other wise specified. Care should be taken select a material which is resistant to
corrosion in the soil in which, it will be used. The electrode shall be kept free from paint, enamel and
grease. The size of the earth continuity conductor should not be less than 14 S.W.G.(2.8.94sqm).
earth resistively test shall be carried out in accordance with Indian standard code of practice for
earthing.
4.0 FANS AND REGULATORS: All ceilings fans shall be wired to a ceiling rose and suspended from hook
or shackle and insulated from the same. All joints in the suspension rod shall be screws and all joints
or bolts in connection shall be additionally secured by means of split pins.
5.0 CONDIUT SYSTEM OF WIRING: The conduit shall be electrically continuous front distribution board
to out let boxes of lighting switches and other appliances. The lengths of conduits shall be joined by
means of screws sockets. Threads shall be free from grease or oil and no material of this nature shall
be allowed to come in contact with the conductors. The whole system of the conduits shall be
electrically continuous throughout and shall be permanently and efficiently connected to the
earthing system.
6.0 EXCAVATION AND BACKFILL: All excavation and backfill including tempering, shorting and
strutting required from the installation of the cable shall be carried out by the contractor in the
accordance with the drawing and requirements laid down else where. Trenches will be filled in layer
not exceeding 150mm. Each layer shall be properly rammed and consolidated before laying the next
layer. The contractor shall restore all surface, road ways, side walks, curbs, wall or other worked out
by excavation to their original condition, satisfactory to the departmental officers.
Tenderer
113 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Insulation test between phases, phase and earth for each length of cable before and after jointing. On
completion of cable laying work, the following test shall be conducted in the presence of the
departmental engineer.
Insulation resistance test
Continuity test
Earth test
7.0 MEDIUM VOLTAGE AND LOW VOLTAGE SWITCH GEAR PANEL BOARD:
The main panel board shall be floor mounted and totally enclosed. The design shall include all
provisions for safety of operating and maintenance personal. The general construction shall confirm
to appropriate Indian standard specifications. Cubical type switch board shall be fabricated out of
sheet steel not less than 2.00mm thick. Such sheet steel member shall be stiffened by angle iron
frame work. Unless other wise approved, incomer bus section panel or sections shall be separate and
independent. The general arrangement for multiplier construction shall be such that the horizontal
bar framed present aplesant and authentic look. The general arrangement shall be got approved
before fabrication. All cable entries shall be through gland plates. Cable entry plates shall be
sectionalized. The construction shall include necessary cable supports for crimping the cable allay or
rear cable chamber. incomer termination shall be suitable for receiving busbar trunking. Busbar
shall be firmly fixed on support constructed from a suitable inculting material which confirms to
relevant Indian standards. The support shall be sufficiently robust to effectively with stand
electromechanical stresses produced in the event of short circuit. The minimum clearance to be
maintained for open and closed indoor air insulated busbars/electrically iron exposed and working
at system voltage up to 600volts shall be as follows:
BETWEEN MAINCLERANCE
Phase to earth 26mm
Phase to phase 32mm
8.0 DISTRIBUTION: Distribution boards shall be assembled, aligned and installed as per installation
manual of the switch board supplier and relevant Indian standard specifications. Phase sequence for
each incomer shall be tested and connections adjusted accordingly. A mechanical endurance test
shall be carried out by closing and opening of the circuit breaker.
9.0 COMPLETION DRAWINGS: At the completion of the work and before issuance of virtual completion
contractor shall submit to the departmental officer five sets of layout drawings drawn at approved
scale indicating the complete wiring system “as installed”. The drawings shall in particular give the
following information.
Run and size of conduits, inspection and junction boxes.
Number and size of conductors in each circuit
Location and rating of sockets and switches controlling the light and power out lets.
Location and details of distribution boards, main switches and others particulars.
A complete wiring diagram as installed and schematic diagram showing all connections in the
complete electrical system.
Instructions, maintenance and operation manuals if any for the equipments.
Contractor should obtain necessary approval, from electrical inspectorate submitting necessary
drawings test certificates etc.
Ceiling fans and other fittings will be supplied departmentally free of cost at divisional stores. And
contractor has to make his own arrangements to transport the same to sit and fix in position.
The work shall be carried out strictly in conformity with (1) code of practice for electrical wiring and
fittings in Govt. buildings (2) the Indian standard specification (3) the departmental specification, if
the work carried out does not comply with the code of practice and departmental specifications and
if the workmanship is unsatisfactory it will be binding the contractor to redo the job without any
extra cost and pay penalty as decided by the department.
• The work should be carried out under the direct supervision of persons holding a certificate of
competency for the type of work involved.
• After completion of work a plan of building should be prepared indicating the location of various
main and sub-boards and all the fitting together with a circuit diagram duly numbered (in the
diagram). The final bill will not be paid till the above and the diagram submitted and approved after
verification.
• The contractor will be responsible for any defects noticed for either improper work man ship or
defective materials supplied by him for one calendar year from the date of final completion of work.
• Lugs should be provided for all earth connections.
• The contractor himself should arrange for the transportation of men and material to their work spot.
• All civil works and patch works indicated for providing electrical installations should be well
finished to the satisfaction of the civil authorities. A certificate from them should be obtained to the
effect that the civil and patch work done is to the satisfaction civil authorities. It will be the
responsibility of the electrical contractor to obtain such certificate from the civil engineer. Unless
such certificate is produced this office will have right to with held the bill.
• Concerting to the pole and providing independent earthing should be done in presence of
departmental staff.
Tenderer
114 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
• The distribution board with switch controls shall be separate in each floor for normal supply and
essential supply.
• The lighting circuits shall be provided with separate conductor to enable to connect the normal
lighting and essential lighting with linking to any of the above system to ensure to switch over to
essential supply in the order to have minimum to avoid inconvenience to the staff working.
• The control for the luminary to be provided in the hall for both to be connected to the normal supply
and essential supply shall be separate and away from the each system.
• For the points to be connected to essential supply a separate conduit system is to be laid as
enumerated in the above conditions includes circuit a main of any system.
• The location for the D.B’s and switch controls for essential supply will be decided during the course
of execution where the circuit conduit way have to be terminated.
1) GURARANTEE :-
The equipment offered should be covered by the usual guarantee by which any
part or parts which fail within 24 months from the date of handing over due to defective materials or
bad work should be replaced by the firm at free of cost. The period 24 months is to be reckoned from the
date of handing the lift to this department after testing and commissioning in satisfactory operating
condition. No extra amount will be paid for any reasons what so ever.
2) The delivery and erection shall be completed as per the rate of progress as specified in the tender
conditions under rate of progress.
3) Deputation of erector
Before the commencing the erection, the erection engineer should be deputed when ever asked from by
the department. No separate charges will be paid for such deputation.
4) (a) The design and drawings of all civil works have to be furnished by the firm
(b) The firm shall supply the lay out drawings of lift and its switchgear after the
Completion of the work
(c) Finial bill shall be paid only after the entire work is completed to the satisfaction
of the department.
(d) The rate offered by the firm shall be inclusive of all charges such as packing
forwarding and insurance etc. the rate also shall be inclusive of Excise duty,S.T
etc., including all other incidental charges, such as accommodation for erection
crew journeys boarding and lodging inclusive of training to an operator
concerned etc., .The price shall also include any statutory increase in excise
duty, S.T if any during the currency of the contract. However the department
shall help the firm in procuring the materials at concessional sales tax (i.e., the
department shall provide the firm with D-form for obtaining S.T concession )
5) Servicing : Free servicing will have to be done by the firm for a period of twenty four months from
the date of commissioning the lift i.e., during the guarantee period.
6) Terms of payment : 80% of the contract value will be paid on receipt of the all lift material at site.
The balance 20% will be released after handing over the lift in satisfactory working condition,
inclusive of erection, commissioning and testing.
7) Specification : The supply and erection of lift should be inconformity of standards as per I.S.I
specifications.
8) Scaffolding : Scaffolding to the required extent has to be erected by the firm at their cost.
9) Steel : The rate quoted should also include necessary steel required for still support angles, hitch
beams, buffer supports channels and bearing plates etc., . The department will not be responsible for
any mishaps during execution of equipment.
10) Minor civil works : Doing all minor works comprising of cutting holes and making good, quide rail
brackets and landing batton fixtures, frames for collapsible gates and civil works, associated with the
laying of the stills at each entrances and on the landing buffer supports channels and other works
ancillary to the erection work in lift making groom and all other civil works will have to be carried
out by the firm only to the satisfaction of the departmental officer and the company will responsible
for any defects in the said works that might be noticed at later dates.
11) Transport & Storage: The materials will have to be delivered at site and stored at the cost of the
firm. The safety of the material will be firm’s responsibility till the equipment is handed over duly
commissioned. Any damage or loss of the material stored will be to the account of tenderer. Any
repairs or replacement etc., needed to the materials so stored should be done at the cost of tenderer
till the lift is handed over in satisfactory operation condition after testing and commissioning. All the
expenses should be borne by the company. However, storage facilities will be provided free of cost.
12) Earthing : Necessary earthing is to be provided by the firm in confirmation to the relevant I.S.I
specifications.
Tenderer
115 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
13) Other conditions will be as per APSS ( Manual AP detailed standard specifications)
TEST REPORTS: The contractor should furnish test reports for transformers, oil breather, OCB’s etc.,
issued by the competent authority.
The contractor should hand over all the required manuals of transformers supplied by him.
CONDITIONS FOR SUPPLY, ERRECTION AND COMMISSIONING DIESEL GENERATOR SETS
1) GUARANTEE: The Generator set and its connected switch gear, offered shall be covered by the usual
guarantee period during which if any part / parts fall either due to defective materials bad
workmanship shall be repaired / replaced by the firm at free of cost. This guarantee period of 24
months will be reckoned from landing over the generator set after testing and commissioning in
satisfactory working condition.
2) DELVERY & ERRECTION: The delivery and errection shall be complete as per the rate of progress as
specified in the tender conditions under rate of progress.
3) A) The design and drawings of all civil works have to be furnished by the firm.
B) The firm shall supply the layout drawings of generator set and its switch gear after completion of
the work.
C) Final bill shall be paid only after the entire work is completed to the satisfaction of the department.
D) The rate offered by the firm shall be inclusive of all charges such as packing forwarding and
insurance etc., S.T etc., including all other incidental charges such as accommodation for erection
crew, journeys bearing and lodging inclusive of training to an operator concerned etc. The price shall
also include statutory increase in Excise Duly, S.T. if any during the currency of the contract. However
the Department shall help the firm in procuring the materials of concessional sales Tax (i.e. the
Department shall provide the firm with ‘D’ form for obtaining S.T concession)
4) SERVICING: Free monthly servicing and maintenance shall be done by the firm for a period of 24
months from the date of handing over the plant and also the firm shall depute servicing Engineer as
and when required by the Department without claiming any extra charges duly replacing the parts
defective due to manufacture, free of cost and without any obligations.
5) TERMS OF PAYMENT: 80% of the contract value on delivery of all materials at site based on payment
schedule and balance after handing over the set in satisfactory working condition inclusive of
errection, commissioning and testing.
6) The current transformers which are proposed to be used shall be resin coated power cables shall be
of fibre glass which can withstand a temperature of 130 and Fuses, ACBs shall be English / Electric /
Sermers LT & LK/ISI approved make.
Tenderer
116 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
7) CIVIL WORKS: All the Civil works contingent to installation of generator set shall be done to the
satisfaction of the Departmental officers concerned. The firm shall be responsible for any defects in
the said works that might to be noticed at a later dated.
8) TRANSPORT & STORAGE: The materials should be stored at the firms cost and responsibility. The
storage accommodation will be provided by the Department subjects availability of the
accommodation. This department will not defray of reimburse the cost of any materials / materials
lost damaged or otherwise in the transit or storage of the materials or for any reason including thefts
cyclone fire burglary or any other causes.
9) TESTING CERTIFICATES: Test Certificate shall be furnished.
10) EXPERIENCE: Only previous experience in supply and errection of generator sets and commissioning
only need to apply.
11) EARTHING: Necessary earthing is to be provided by the firm in confirmation to the relevant I.S.I
Specifications.
12) Necessary exhaust piping from engine exhaust to outside the room by means of MS / Gl pipe of
suitable size and supporting it properly by means of clamps. Silencer should be mounted at the end of
the exhaust pipe.
13) The D.G set should be tested on load for at least 4 hrs out of which 2 hrs
shall be 100% load and remaining 2 hrs shall not be less than 75% of full load.
GENERAL SPECIFICATIONS
IS.No. and as
S//l.No. Description amended from
time to time
I CABLES
1 PVC insulated cables for working Voltage upto and including IS 694:1990
1100 V
2 PVC Insulated (heavy duty) electrical cables IS 1554:1988
3 11 KV XLPE cables I S 7089-part-II
4 Recommended current ratings for cables IS 3961-1967
Tenderer
117 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
IS.No. and as
S//l.No. Description amended from
time to time
Ceiling Roses – Specification IS 371:1999
Switches for domestic and similar purposes IS 3854:1997
IV ELECTRICAL INSTALLATION
Tenderer
118 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
IS.No. and as
S//l.No. Description amended from
time to time
VI LIGHTNING
IX Ceiling fans
Electrical ceiling type fans & regulators IS 374-1979
X Transformers IS 2026-1962
Installation and commissioning of transformers IS 1886-1967
Tenderer
119 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
11.1 Unless other wise stipulated in this specification, all equipment or material covered under this
specifications shall be designed, manufactured and tested in accordance with the latest
standards of Indian Standard's specifications.
11.2 All equipment shall conform to latest Indian electricity Rules, Indian electricity act and Indian
Insurance rules as regard safety, earthing and other essential provisions specified in for
installation and operation of electrical equipments.
11.3 Extreme care shall be taken to make enclosures for switch gears proof against rodents, lizards and
other creeping vermin.
11.4 Continuity of power supply is to be given maximum consideration and the design of the
equipment shall be such as to simplify inspection maintenance and testing at site. The design shall
include all reasonable precautions and provisions for safety of operating personnel and
maintenance personnel.
Tenderer
120 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
(Ref.Table-2)
b) Bunching of cables: Unless otherwise specified, insulated conductors of AC supply shall be
bunched in separate conduits. For lighting and small power outlet circuits, phase
segregation in separate conduits is recommended.
c) Conduit Joints: Conduits (metallic) shall be joined by means of screwed couplers and
screwed accessories only. In long distance straight runs of conduit, inspection type boxes at
reasonable intervals shall be provided. Cut ends of conduit pipes shall have no sharp edges
nor any burrs left to avoid damage to the insulation of conductors while pulling them
through such conduits.
d) Inspection type conduit fittings such as inspection boxes, deep boxes, bends, elbows and
tees shall be so installed that they remain accessible for such purposes as withdrawal of
existing cables or installation of additional cables.
e) Metallic switch board boxes shall be fabricated from 1.6mm thick sheet metal of 16 gauge
GI sheet and wooden switch board boxes shall be of Teakwood. The switch boards should
be flush mounting type. The MS switch boards should be painted with two coats of red
oxide and two coats of synthetic enamel paint of approved grade and make before fixing in
position. The switch boxes should be covered with 3mm thick Decolum Hylum cover.
f) The chase in the wall shall be neatly made and be of ample dimensions to permit the conduit
to be fixed in the manner desired. In the case of building under construction chases shall be
provided in the walls, ceiling etc., at the time of their construction and shall be filled up
neatly after erection of conduit and brought to original finish of the walls.
g) The conduits shall be fixed in chases by means of staples or saddles not more than 60 cms
apart. Fixing of standard bends or elbows shall be avoided as far as practicable and all
curves maintained by bending the conduit pipe itself with a long radius which will permit
easy drawing in of conductors. All threaded joints of rigid steel conduit shall be treated
with some approved preservative compound to secure protection against rust.
h) Suitable inspection boxes shall be provided to permit periodical inspection and to facilitate
removal of wires if necessary. Minimum size of inspection boxes shall be 75 x 75 mm.
i) The M.S. switch board boxes, junction boxes etc., should be efficiently earthed with conduit
by a suitable means of earth attachment.
j) When crossing through expansion joints in Buildings, the conduit section across the joint
may be through flexible conduits of same size as the rigid conduit.
- Annealed copper conductor, multi strand, PVC insulated, 1100 volts grade cables.
Phase -R - Red
Phase -Y - Yellow
Phase -B - Blue
Neutral - Black
Earth - Green
l) On each (lighting/Ceiling Fan/Exhaust Fan) circuit not more than 6 points or 800-1000
watts load should be connected. Example:- If on one of the switch boards there are only 4
switches to control 4 lights, other switch board another 3 switches to control lights etc,
then for arriving at the circuit length, the shortest distance from circuit breaker in the MCB
distribution board to the nearest switch board shall be considered. Inter connections
between such switch boards shall be allowed by providing same wires as are used for light
points and no measurement in circuit wiring is allowed for such inter connections. A sepa-
rate conduit pipe has to be provided for running circuit mains and the conduits for light
points shall never be used for the same.
For 5 Amps 3 pin on separate board the circuit measurement to first nearest 5 Amps 3 pin
socket is considered. No measurement will be separately considered for looping of switch
boards in circuit wiring.
m) The mounting height of switch boards (bottom of MS Box) shall be 4'6" from finished floor
level.
The 5 Amps/15 Amps 3 pin sockets with shutter protection shall be at 1 mtr. Level (or
skirting level).
Tenderer
121 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Wiring for power circuits i.e., 15 Amps 3 pin and AC points shall be provided in separate
conduit pipes.
n) Neat holes shall be punched on MS Switch Board Boxes for conduit pipe entries. Rough,
burred holes with chisel shall be avoided. Conduit pipes to be fixed to MS Switch Board
Boxes, MCB Distribution Boards etc., by providing (double chack)check nut arrangement.
Before drawing of PVC insulated cables inside the conduits, ebonite/ nylon bushes to be
provided at conduit ends in order to avoid damage to cables during drawing.
o) 3mm thick Hylum / Decolum covers provided on Switch Boards should be fixed to switch
boards by providing brass coated screws and plated cup washers.
p) Any loose holes on Switch Board boxes and Distribution Boards shall be properly closed,
so as to prevent entry of lizards etc.
q) Whenever cables of size 2.5 sq.mm /6.0 Sq.m and above are connected inside switch, socket
or MCB, metallic plug point etc, proper type and size of lugs to be crimped to cable leads
before making the permanent connection in switches etc.
r) Telephone/intercom cables shall not be laid in the same conduit where electric
lighting/power cables are drawn. Separate conduit pipes to be used for drawing of
telephone/intercom cables.
s) Loose joints with PVC insulation shall be avoided. Wherever possible joints of cables shall
be avoided. If found necessary proper type and size of connectors shall be used.
t) The drop of voltage between the main switch/distant. Terminals and the farthest current
consuming apparatus shall not exceed 2% with all devices switched on.
Testing
Tests shall be conducted in the presence of Site Engineer. Test results to be tabulated and
submitted to the site engineer.
Scope
The scope under this section covers installation comprising.
a) Low voltage distribution boards
Details
a) The Distribution Boards shall have vermin, dust, rust proof painting done by powder
coating process.
b) The cables entering the D. Board should be properly bunched and dressed before
making connection in MCB’s.
c) Cable glands shall be provided wherever armoured cables are connected to switches.
d) Cable leads shall be provided with proper type and size of lugs crimped to leads
before making permanent connection inside MCB’s, RCCB’s etc.
f) The mounting height of MCB distribution boards etc., (bottom line) shall be 6'-6"
from finished floor level.
3. CABLES
3.1 Scope : The scope under this section covers Power cables
3.2 Standards
A Specification
a for conductors for insulated electric cables IS:8130 -
B Specification for Armoured/ unarmoured power cables IS:1554-Part I -
C Recommended current ratings for cables IS:3961 -
Tenderer
122 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
3.3 General requirements for cables
g) The armouring for cables up to 16mm² shall be of round steel wire and that above
16mm² shall be of galvanized steel strings.
a) Cables if laid underground shall be at a depth of not less than 60 Cms., in a trench.
Sand filling shall be provided at the bottom of trench before laying the cable. Bricks
shall be provided on either side of the laid cable. Sand filling shall be done to cover
the cable laid. Bricks shall be provided on the top. Earth filling shall be done.
M.S. cable identification tags, route indicators embedded in C.C. are to be provided at
every 8 meters length of cable laid.
b) Hume pipe, trenches/tunnels with proper pre-cast slabs to withstand wear and tear
of vehicular traffic shall be provided at road crossings.
c) Cables if laid in the air shall be laid on cable trays and shall be properly clamped to
the trays by plated MS. saddles at proper intervals. Cables shall be properly dressed
before fixing on the cable trays.
d) Extra cable loops of minimum 500 mm shall be provided at each end of cables laid.
e) Cables shall be bent to a radius of 20 times the diameter of the cable with a minimum
of 10 times diameter at restricted space.
f) Control/Telephone cables shall be laid away from power cables on separate cable
trays.
3.5 Testing :
Manufacturers test report shall be submitted for tests on cables in accordance with Indian
standards specifications.
Cables shall be tested after installation before commissioning by using 1000 Volts Megger
and the following readings shall be obtained and tabulated.
The tests shall be conducted in the presence of Site Engineer and results submitted.
4.1 Scope
4.2 Standards
Material: Hot rolled plain sheets of tested quality “O” grade as per IS 1079.
Thickness of material: 2.0 mm
Cable loading on tray: 50 Kg/MTR
Span between cable tray supports: 1.5 meters to 2.0 Mtrs.
Surface finish: Hot dip galvanising iron as per IS 2629, minimum 70 microns thickness
Side rail
* Flange width 15 mm
* Depth 70 mm
* Two coupler holes of 10mm diameter required on each side of side rail
* Rungs
* Channel section: 20 x 40 x 20 mm
* Slot size on rungs: 20 x 10 mm (oblong holes)
* Interval between rungs not more than 250mm
Material: Hot rolled plain sheets of tested quality “O” grade as per IS: 1079
Tees, Horizontal/vertical elbows, cross and reducers for both ladder type - welded/bolted
and perforated construction shall be as per standard manufacturers drawings.
4.8 Erection
Cable trays shall be erected on walls, trenches (if necessary) by drilling holes in the wall
by power drilling machine. Cable Tray shall be fixed to wall by providing proper size
Anchor expandable type bolt and nut arrangement.
Proper type of cable tray accessories shall be selected depending on the site condition.
Tenderer
124 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
5.0 CABLE TERMINATION:
Cable gland body shall be made of brass castings and machined to final size. The general
construction of the glands should be as per standard manufacturer’s drawings. It mainly
consists
Metal parts of the gland shall be free from blow holes and surface shall be machined
smoothly.
All edges shall be debarred and then nickel plated wherever necessary. The cable glands
shall be of single compression type.
6.0 L.T. PANEL BOARDS
6.1 Scope
The Scope covers the requirement of designs, construction, assembly, testing, Supply and
installation of Panel Boards.
6.2 Standards:
IS:13947 - Specification for low-voltage switch gear and control gear
Part -1 General rules ( supercedes IS 4237 & IS 2147)
Part -2 Circuit breaker ( supercedes IS 2516)
Part-3 Switches, disconnectors (supercedes IS 4064)
Part-4 Contractors, motor-starters ( Supercedes IS 2959)
Part-5 Control circuit devises & switching elements (supercedes IS 6875)
IS:13703 - Low Voltage fuses (supercedes IS:9224 & IS 2208)
IS:2705 - Current Transformers
IS:1248 – Indicating Instruments
IS 5578 - Guide for Marking insulated conductors ( superceding IS 375)
IS 11353 - Guide for uniform system of marking & identification of conductors and
apparatus terminals
IS:3156 - Voltage Transformers
IS:3231 - Relays
IS:722 - Integrating Information
IS:8623 - Factory Built Assemblies of switch gear and control gear.
6.3 CONSTRUCTION:
The panel board shall be:
i) of the metal enclosed, indoor, floor mounted, free standing type.
ii) be made up of the requisite vertical sections, which, when coupled together shall
form continuous dead front switchboards.
iii) provide dust and damp protection, the degree of protection being no less than IP, 51
to IS. 2147.
iv) be readily extensible on both sides by the addition of vertical sections after removal
of the end covers.
6.3.1 The panel boards shall be constructed only of materials capable of withstanding the
mechanical, electrical and thermal stresses, as well as the effects of humidity, which are
likely to be encountered in normal service.
Tenderer
125 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
on the major weight of the equipment, such as circuit breaker fuse switch units, main
horizontal busbars, vertical risers and other front mounted accessories.
The structure shall be mounted on a rigid base frame of folded sheet steel of minimum 2mm
thickness and 100mm height. The design shall ensure that the weight of the components
is adequately supported without deformation or loss of alignment during transit or during
operation.
ii) A cable chamber housing the cable and connections, and power/control cable terminations.
The design shall ensure generous availability of space for ease of installation and
maintenance of cabling, and adequate safety for working in one vertical section without
coming into accidental contact with live parts in an adjacent section.
iii) Front and rear doors fitted with dust excluding neoprene gaskets with fasteners designed to
ensure proper compression of the gaskets. When covers are provided in place of doors,
generous overlap shall be assured between sheet steel surface with closely spaced fasteners
to prelude the entry of dust.
6.3.3 The height of the panel should not be more than 2400 mm. The total depth of the panel
should be adequate to cater for proper cabling space.
6.3.4 Doors and covers shall be minimum 2.0/ 1.5mm thick sheet steel. Sheet steel shrouds and
partitions shall be of minimum 1.5mm thickness. All sheet steel work forming the exterior
of switch boards shall be smoothly finished, levelled and free from flaws. The corners
should be rounded.
6.3.5 The apparatus and circuits in the panel boards shall be so arranged as to facilitate their
operation and maintenance and at the same time to ensure the necessary degree of safety.
6.3.6 Apparatus forming part of the panel boards shall have the following minimum clearances:
i) Between phases - 25 mm
ii) Between phases and earth - 25 mm
iii) Between phases and earth - 25 mm
iv) Between neutral and earth - 19 mm
When, for any reason, the above clearances are not available, suitable insulation shall be
provided. Clearances shall be maintained during normal service conditions.
6.3.7 All insulating material used in the construction of the equipment shall be of non-
hygroscopic material, duly treated to withstand the effects of high humidity, high
temperature tropical ambient service conditions.
6.3.8 Functional units such as circuit breakers and fuse switches shall be arranged in multi-tier
formation, except that not more than two air circuit breakers shall be housed in a single
vertical section.
6.3.9 Metallic/insulated barriers shall be provided within vertical sections and between adjacent
sections to ensure prevention of accidental contact with:
ii) Cable terminations of one functional unit, when working on those of adjacent
unit/units.
6.3.10 All doors/covers providing access to live power equipment/circuits shall be provided with
tool operated fasteners to prevent unauthorised access.
6.3.11 Provision shall be made for permanently earthing the frames and other metal parts of the
switch gears by two independent connections.
6.4.1 All steelwork used in the construction of the switchboards, should have undergone a
rigorous metal treatment process as follows: (Seven tank process.)
Tenderer
126 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
i) Effective cleaning by hot alkaline degreasing solution followed by cold water rinsing
to remove traces of alkaline solution.
ii) Pickling in dilute sulphuric acid to remove oxide scales and rust formation, if any,
followed by cold water rinsing to remove traces of acidic solution.
iii) A recognised phosphating process to facilitate durable coating of the paint on the
metal surface and also to prevent the spread of rusting in the event of the paint film
being mechanically damaged. This again, shall be followed by hot water rinsing to
remove traces of phosphate solution.
iv) Passivating in de-oxalite solution to retain and augment the effects of phosphating.
vi) Primer coating with two coats of a highly corrosion resistant primer, applied wet on
wet & stove dried under strictly controlled conditions of temperature and time.
vii) A finishing coat of stoving synthetic enamel paint to the specified shade of IS.5. The
total thickness of paint should not be less than 15 to 20 microns.
6.5 BUS BARS:
6.5.1 The busbars shall be air insulated and made of high conductivity, high strength Aluminum
alloy complying with the requirements of grade E91 of IS 5082.
6.5.2 The busbars shall be suitably braced with non-hygroscopic SMC supports to provide as
through fault withstand capacity of 50 KA RMS symmetrical for one second and a peak short
circuit withstand of 105 KA minimum. The neutral as well as the earth bar should also be
capable of withstanding the above fault level. Ridges shall be provided on the SMC supports
to prevent trackling between adjacent bus bars.
6.5.3 Large clearances and creepage distance shall be provided on the busbars system to
minimise the possibility of a fault.
6.5.4 High tensile bolts and spring washers shall be provided at all busbar joints.
6.5.5 The cross sections of the busbars risers for various ratings shall have been decided on the
basis of temperature raise tests carried out under conditions closely similar to actual
service conditions. For a total operating temperature of 110 deg. C. at an ambient of 40 deg.
at the standard current ratings and corresponding cross sections of the main busbars
should be such that the bus bar shall carry 1 Amp. per Sq.mm.
6.5.6 The main phase busbars shall have continuous current rating throughout the length and the
neutral busbars shall have a continuous rating of atleast 50% of the phase busbars.
6.5.7 Connections from the main busbars to functional circuit shall be arranged and supported so
as to withstand without any damage or deformation the thermal and dynamic stresses due
to short circuit currents.
6.5.8 Busbars shall be colour coded for easy identification of individual phases and neutral.
6.5.9 The busbars shall be suitably supported with epoxy resin mould insulators.
6.6 Tests:
The panel Board shall be inspected as per relevant standards in presence of the Site
Engineer and shall include.
a) High voltage test
b) Insulation test
c) Constructional and safety features
7.2 Standards:
IS: 3043 - Code of practice for earthing
7.3 Construction:
Tenderer
127 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Pipe Earth Electrode: G.I pipe shall not be less than 38mm diameter and 2½meter long. It
shall be buried vertically into the earth pit with the top not less than 1.25 meters below
ground level. The G.I pipe should be “C” / "B" class type.
Plate Earth Electrode: Copper plate of 600 x 600 x 3.15 mm. (or GI plate) shall be buried
in the earth with faces vertical and top shall not be less than 1.5 meters below ground level.
The electrodes shall be surmounted by alternate layers of charcoal or coke and salt.
Watering arrangement with ½” G.I pipe with a funnel shall be provided, the later being
housed with chamber (masonry) of inner size 300 x 300 mm CI hinged cover with CI frame
to be provided on the top.
7.4 Tests:
The resistance of earth electrode shall be less than 5 Ohms.
Cables should be double steel tape armoured over lead covering and paper insulated
or PVC insulated as specified in the schedule of work. All repair joints of cables
should be in joint boxes and filling in of the compound shall be done as per IS
specifications using best quality materials. All accessories and other materials should
conform to I.S. Specification. The jointing work should be carried out by a competent
authorized cable jointer. The cables shall be 1100 V grade.
ii) Trench:
Trenches shall not be less than 45 cm wide and 60cm below ground level. Wherever
necessary, suitable propping and storing may be done to avoid caving in of the
adjoining trench walls. Where the cables cross other services lines adequate
protection should be taken to prevent accidental exposure and/or damage to the
cables.
Where more than one cable is laid in the same trench the actual space between the
cables should normally be 23 cm apart leaving a clear distance of 15cm from the
cable and the trench walls.
Before the cables are laid, a layer of 3" sand base is to be provided for purposes of
cushioning. The cables after being uncoiled and laid into the trench from the rollers
should be drawn in straight length. After the cable is laid, it is to be covered with
another layer of sand of about 15cm in depth, and the top surface is to be suitably
levelled to receive the cable covers which may be of second class bricks or tiles and
laid in such manner as to overlap the cables on either sides by at least 5cm. Cable
markers of Aluminum or G.I. shall be provided at concrete blocks of 3/20cm x 20cm x
5cm and spaced at distance of about 30cm from center to center and at every change
in direction. Cables may also be laid in tier formation in the same trench in this case
also after the 1st 3 inches of sand cushion, the first tier of cable is laid and sand filled
in the trench to form a bed of 23cm above this tier. After this the second cable is laid
and the process repeated, the top most tier being at least 45cm below the Ground
level. The top cable shall be suitably covered with bricks or tiles. When laying cables,
care should be taken to see that the paper insulated cables are bent/straightened
slowly, sharp radii being avoided. The minimum safe bending radius for single core
cables is 20 diameters and for multicore cables 10 dia meters and for armoured
cables 12 diameters, the diameter being the overall diameter of the cable. Where the
cables are required to cross roads they should be normally taken through sleeve
pipes at least 10cm in diameter which may be either stone ware, steel or spun
reinforced concrete. For more than one cable the diameter should not be less then
15cm. Steel pipes shall be used where it is not possible to obtain sufficient depth to
withstand impact from traffic.
Cables laid inside the building should be properly protected and be carried either in
ducts with suitable covers with slabs or chequred plates or fixed to walls by clamps,
brackets or cable trays.
Tenderer
128 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Wherever cables crossing roads, passages Hume pipes of suitable diameter shall be
provided across the road includ ing Civil works of digging, laying of Hume pipes upto
a depth of 1 metre and refilling the trench. This shall be properly laid to cover the
entire road so as to protect the cables against damage of passing Heavy Vehicles.
High voltage tests should be undertaken to ensure that no damage has occurred
during the laying operation and that the joints are in order. Cables of 1.1 KV suitable
for low and medium voltage should with stand for 15 minutes, 300 volts D.C. current
applied between the conductors and between each conductor and sheath. In absence
of high pressure testing equipment it is sufficient to test for 1 minute with 1000 volts.
If the test results are found to be not satisfactory the contractors shall arrange to
replace without any extra cost including removal of rejected materials, Re-laying etc.
x) The cable length given in bill of quantities are approximate and the contractor has
to measure exact length of cables to be laid before commencement of work in
presence of engineer in charge and give the sizes and quantities required to the
engineer in charge to take further action by the engineer in charge. The
measurements after laying cables are also to be taken jointly by contractor.
This specification of over head line covers installation, testing and commissioning of over head
lines distribution lines upto including 11 KV lines, service connections and street lighting works.
1) Materials: Supports for over head lines and for street lights shall be any of the following types or
as specified by Engineer in charge and shall be of adequate strength confirming in all respects to
Rule 76 of Indian electricity rules.
Steel tubular poles: This shall conform IS 2713-1964. This shall be seamless/sawaged and
welded type as specified and shall be in time stepped sections. Unless other wire specified 1/6 th
from the base length of the pole plus 15cm be coated with black bitumen paint both internally
and externally. The remaining portion of the pole shall be painted with one coat of red oxide on
its external surface. The pole shall be complete with cap and base plate.
Steel poles (RSJ Joists): These shall be 1 section steel rolled poles confirming to IS standards
and Medium weight. The height of the pole shall not be less than 9mts and the pole shall be fixed
below ground level not less than 1.5 mts. The size of overhead line steel RS Joist pole shall be
concreted in 1:3:6 cement concrete and painted as per steel tubular poles given above.
Prestressed Cement Concrete Poles (PSCC): PSCC poles shall be of 8.0 Mts./ 9.0 Mts. Height and
shall confirm to standards of TSTRANSCo. / TSDISCo.
‘D’ Iron Clamps: Where so specified in the contract conductors shall be spaced vertically
supported on shackle which are attached to the pole by means of ‘D’shapped clamps made of M.S.
flats of size not less than 50x6mm and galvanized set the dimensions of ‘D’ shall be such as to
hold 75 mm high and 90 mm dia (minimum size) shackle insulators. The ‘D’ iron clamp shall be
compete with pole clamp with necessary bolts nuts and washers and bolts holes. Clamps shall
also provided for pin insulators as in case of vertical formation.
G.I. Strap : Where ‘D’ iron clamps are not specified, a pair of strap plates of galvanized iron of
size 40mm x 3mm and length of 23cms shall be used with shackle insulators. The pole clamp
shall be treated with one coat of red oxide primer before erection and finished with two coats of
approved paint after erection along with other hardware as specified. The nuts, bolts, for pole
clamp shall be of G.I./Cadmium passicated/ galvanized.
Stay/Strut Set : A stay set shall consist of stay rod, anchor plate, bow tightener or turn buckle,
thimble, stay wire, and strain insulator. The stay rod shall be with stay grip in case of turn buckle
is used instead of bow tightener. The stay wire shall be either 7/4.00mm dia or 7.3.15mm dia. G.I.
as specified in the contract confirming to IS 2141 – 1968 grade. The anchor plate shall be of M.S.
galvanized and not less than 30cms x 30cms x 6.4mm thick and size of stay rod shall be not less
than 1.8 m (6 feet) long and 19mm dia.
Insulator: Porcelain insulator shall conform to IS 1445 –1966 suitable for over head lines for
power lines below 1000 V and IS 731-1971 for overhead power lines greater than 1000V. This
shall be vitreous throughout and non absorbent. The exposed surface shall be glazed. Insulator
shall have adequate mechanical strength high degree of resistance to electrical puncture and
resistance to climatic and atmospheric attack. The insulator shall be of the following types as
specified.
Tenderer
129 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
a) Pin and shackle insulators for L.T. and MV lines.
b) Pin and disc type for HV lines.
The minimum size of shackle insulators shall be 65mm dia 100mm high. The pin insulators shall
be suitable for 12mm cordeam thread and shall be complete with GI. Pin, nuts, and washers.
Binding Materials: Binding of conductors with the insulators shall be done with 12 SWG soft/
aluminum conductor.
Guard wire: Guard wire shall be G.I. It shall have minimum breaking strength of 635 kg in
accordance with Rule 38 of I.E. Rule. It shall also be sufficient current carrying capacity to ensure
rendering of guard line.
Earth wire: The size of the continuous earth wire shall not be less than SSWG.G.I.
Section Stay: A stay shall be provided at all angle or terminal poles. The stay rod with the anchor
plate shall be embedded in cement concrete 1:3:6(1 Cement:3 coarse:6 graded stone) and not
less than 0.28 cum content in such away to prevent uprooting of the stay rod. The stay wire shall
also be connected and bounded properly to the continuous earth wire. Double stays shall be
provided at the all dead ends of the pole.
Jumpers: While stringing conductors as sufficient length be kept at shackle termination for
making jumpers.
Guarding: All road crossing, crossings, of overhead lines, and between HV & LV lines carried on
the same support guared shall be provided. The guard wires shall be bonded to earth wire Cage
guard shall be provided for distribution lines of vertical configuration.
Lightening arrestors shall confirm to IS 3070 - 1965 part I and IS - 3070 - 1966 part-II as
applicable. The lightening arrestors system shall confirm to Rule 92 of IE Rule.
The service cables from an overhead distribution live shall be fixed to the support with 2
No’s of clamp of M.S. flat size 50mm x 6mm. This shall be protected upto a height of 3m
from ground level by a G.I. pipe of adequate size clamped to the support with 2 No’s of flats
of size 50mm x 6mm. The cable shall be laid through pipes while crossing roads,
pavements, masonry etc.
Aluminum conductor steel reinforced (ACSR) This shall comply with the requirements of
I.S. 398 - 1961.
The physical and electrical properties of the above conductors shall be in accordance with
the specifications as per IS. These conductors shall have a breaking strength of not less
than 350kg.
Necessary precautions during storage and handling shall be taken to avoid damage to the
conductors.
8.1.6 Transformers
The transformers required are intended for use in distribution of power and lighting. The
11 KV / 433 volts Transformer required for feeding lighting, pumps, Air conditioning, lifts
etc.
The transformers shall be distribution type out door used complete with oil filled H.T
brushing, L.T. cable end box receive suitable size confirming to IS2026
The transformers shall be designed and manufactured and tested as per IS 2026.
The transformer shall be adequately designed and effectively cooled to ensure its working
on full load conditions continuously under short time over load conditions.
The design of core should ensure stability and reduce to a minimum the transformer
excitation current and eddy current losses.
Tenderer
130 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
The core shall be provided with lugs suitable for lifting the complete core and coil assembly
of the transformer.
The transformer coils shall be made of high conductivity copper and insulated with paper of
dielectric strength and allow ageing characteristics. The Insulation of the coils shall be
treated with suitable insulating material like varnish is to develop full electrical strength of
the windings.
The tap changing arrangement shall be provided on the H.T side. The tap changer shall be
ON / OFF load type. The tap changing switch shall be mechanically coupled to the external
operating handle and the operating handle shall be carried through on oil tight gland on the
tank side. A register plate clearly indicating the tapping in use shall be fixed to the external
operating mechanism and provision shall be made for securing and padlocking the switch in
any of the working position and to ensure that contacts are fully engaged before the
transformer is energised. The range of ON / OFF Load tap change shall be +2 ½ % to + 5%.
i) Bushing
The Bushing Insulators of the transformers shall be of sufficient creepage length and
shall be unaffected by atmospheric conditions due to weather, fumes, alkalies at site.
Sufficient oil shall be supplied for first filling. The oil shall comply in all respects with
pro IS.335.
All accessories like drain valve, oil filling valve, filter valve, oil sampling valve,
pressure relief device, oil level indicator, indicating thermometer (dial type) earthing
terminal, bi-directional rollers . Exhaust vent, eye bolts, lugs, Diagram and rating
plate.
9.0 Testing
All panel boards, switch boards, transformers, over head lines, cables, switches, main
switch boards, shall be properly tested with meggar, test lamps for voltage, Insulation, and
values shall be submitted to site electrical Engineer before commissioning pressure test of
approximate standard shall be carried out on equipment, on overhead lines, cable panel
boards etc.
The H.T. side of transformers shall be tested with 1000V meggar and L.T. side of equipment,
overhead lines, cables with 500V meggar. The earth pits shall be tested with earth meggar.
All results shall be carried out at site in presence of electrical Engineer and report shall be
submitted to him in triplicate and also to the consultant.
All test certificates Transformers, main panel boards, main switch boards, cables, overhead
lines, sub distribution boards shall be supplied in triplicate to the site electri cal Engineer as
well as to consultant. All meters shall be properly working without damages/strucking.
10.0 Commissioning
All the equipment, transformers, cables, panel boards, overhead lines can be commissioned
only after the pressure/meggar tests are found satisfactory. The equipment, cables,
overhead lines, panel boards, transformer etc shall be energised in presence of Engineer
and consultant after satisfactory presence/meggar tests.
11.0 Contractor:
The contractor for electrical works executing substations, earthing, transformers, lighting
shall hold valid class ‘A’ licence issued by Telangana electrical licensing board and he
should submit his license copy and his previous experiences along with the tenders and also
before commencement of work The contractor shall quote and employ the number of
electrical engineers, supervisors, wiremen in his position for such type of works, who are
possessing necessary permits/certificates/licences.
Liquidated damages will be levied in case of failure to complete the job in time as per
standard clauses.
The contractor shall be able to read the drawings and prepare the drawings as per site
conditions and any modifications necessary for submissions to the electrical inspector.
The contractor shall have laison with TSTRANSCO officials and electrical inspectors, get the
drawings and installations approved and also getting power supply released from
TSTRANSCO.
The contractor should plan properly for all electrical material and works entrusted to him
15 days in advance and in form the Engineer in charge and consultant about his work
progress. He should co- ordinate with civil persons for recessed conduit laying and also
switches boards recessed fixing and any other electrical work associated with civil works as
well as electrical Engineer at site and electrical consultant for his works.
12.0 The contractor has to submit their shop drawings/ detailed drawings for the individual E&M
services for approval by Engineer-in- charge. The coordinated drawing of all the services of the
work including Civil components as well as E&M components for approval.
The contractor should submit technical data sheets of the equipments and the materials duly
conforming to technical requirements for approval of Engineer-in-charge well in advance.
13.0 All the materials and equipments shall be procured directly from manufacturer or authorized dealers
only.
14.0 APPROVALS FROM CEIG:
It is the responsibility of contractor to prepare required drawings for obtaining approval from
the CEIG and also responsible for getting approval of Installations , for releasing power supply
from the TSSPDCL.
LIST OF APPROVED ELECTRICAL Makes , in case specified makes not mentioned in the BOQ Specs.
I here by a agree to use material only from the marks specified against each item.
Tenderer
132 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
DRAWINGS
Tenderer
133 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
1.0 DRAWINGS:
1.1 The plans enclosed with the tender are liable to the altered during execution of work as per
necessity of site conditions. The premium quoted by the contractor for various items shall hold
good for execution of work even with altered plans.
1.2 One set of drawings, on the basis of which actual execution of the work is to proceed shall be
furnished free of cost to the contractor by the Superintending Engineer / Executive Engineer
progressively according to the work program submitted by the contractor and accepted by the
Superintending Engineer / Executive Engineer. Drawings for any particular activity shall be
issued to the contractor atleast 30 days in advance of the scheduled date of the start of the
activity. However, no extra claims by the contractor toward any delay in issue of drawing or
issue of any revision / change to the drawings issued earlier shall be admissible. The
Superintending Engineer shall intimate the contractor 7 days in advance regarding any delay to
issue of drawings, for any particular stage of works. If work gets effected due to delay to issue of
drawings, for any particular stage of work the contractor shall be granted extension of time in
terms of condition 14.7 of tender notice.
1.3 Signed drawings above shall not be deemed to be an order for work unless they entered in the
agreement or schedule of drawings under proper alterations of the contractor and Executive
Engineer or unless they have been sent of the contractor by the Executive Engineer with a
covering letter confirming that the drawing in and authority for work in contract.
2.0 DISCREPANCIES:
2.1 In case of discrepancies between documents the following order of procedure shall apply:-
2.1.1 Between the written description of written dimensions in the drawings and the
corresponding one in the specifications, the latter shall apply.
2.1.2 Figured dimensions shall supersede scaled dimensions. The drawings on a larger scale
shall take precedence over those on a smaller scale.
2.1.3 Drawings issued as construction drawings from time to time shall supersede tender
drawings and also the correspondence drawings previously issued.
Note: The contractor should not execute any component of work without obtaining the working
drawings. Any work done without drawings shall be at the contractors’ responsibility
only. Acceptance for such work will be at the discretion of the Executive Engineer.
Tenderer
134 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
BILL OF QUANTITIES
AND
PRICE BID.
Tenderer
135 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
Name of work : Construction of (10+2) Court Building Complexes including Family
and POCSO Court under Nyaya Nirman Plan in the Twelve (12)
Districts Viz., Mancherial, Nirmal, Rajanna Sircilla, Peddapally,
Mahabubnagar, Jogulamba Gadwal, Wanaparthy, Yadadri
Bhuvanagiri, Jayashankar Bhupalapally, Mulugu, Jangoan,
Vikarabad.
BILL OF QUANTITIES
PREAMBLE
1. The Bill of Quantities shall be read in conjunction with the instructions to Tenderers, General and
Special conditions of Contract Technical Specifications and Drawings.
2. The quantities given in the Bill of Quantities are estimated and provisional and are given to
provide common basis for tendering. The quantities here given are those upon which the
lumpsum tender cost of the work is based but they are subject to alterations, omissions,
deductions or additions as provided for in the conditions of this contract and do not
necessarily show the actual quantities of work to be done. The basis of payment will be actual
quantities of work ordered and carried out as measured by the Contractor and verified by the
Engineer and valued at the estimate rate plus or minus tender percentage quoted in the Bill of
Quantities where applicable, and otherwise at such rates and prices as the Engineer-in-Charge
may fix within the terms of Contract.
3. The estimate rates in the Bill of Quantities shall, except in so-far as it is otherwise provided
under the Contract include cost of all constructional material, labour, machinery, transportation,
erection, maintenance, profit, taxes and duties together with all general risks, liabilities and
obligations set out or implied in the Contract.
4. The plans enclosed with the tender are liable to be altered during execution of work as per
necessity of site conditions. The Tender percentage quoted by the tenderer shall hold good for
execution of work even with altered plans.
5. The whole cost of complying with the provisions of the Contract shall be included in the
estimated rates for items provided in the Bill of Quantities and where no items are provided in
the Bill of Quantities, their cost shall be deemed to be distributed among the estimate rates
entered for the related items of work.
6. General directions and descriptions of work and materials are not necessarily repeated nor
summarised in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering estimate rate against each item in the Bill of
Quantities.
7. The method of measurements of completed work for payment shall be in accordance with the
relevant B.I.S. Codes & A. P. S. Specifications.
8. All items of work are to be executed as per the drawings / specifications supplied with the
contract documents.
If there is any contradiction between the drawings and the text of the specifications, the later
shall prevail.
9. The Tenderer should inspect and select the quarries of his choice before he quotes the tender
percentage in the Schedule of Bill of Quantities and satisfy himself about the availability of
required quantum of materials.
Tenderer
136 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
10. Diversion drains should be excavated before completion of the embankments and the useful soils
should be used in the nearby embankments.
11. The actual mix proportion by weight to be adopted during execution will be got designed in the
laboratories to suit the grade of concrete and mortar to be used. It will be the responsibility of
the contractor to manufacture concrete and mortar of required strength.
12. The quantum of measurement for all items of earthwork involving conveyance manually or by
machinery shall be as assessed by level measurement. The measurements for the embankment
will be for the consolidated banks only.
13. Wherever bailing out of water is involved either for excavation or for foundations or for
constructions, the percentage quoted shall take into account the de-watering charges necessary.
No separate payment will be made for de-watering.
14. Wherever embankment work is involved, useful soils approved by the Engineer-in-Charge from
the cutting reaches and diversion drains shall be taken and used for forming nearby
embankments soils used for constructions will be at free of cost.
15. The quoted tender percentage shall also include the work of any kind necessary for the due and
satisfactory construction, completion and maintenance of the works according to the drawings
and these specifications and further drawings and orders that may be issued by the Engineer-in-
Charge from time to time. The quoted tender percentage shall include compliance by the
Contractor with all the general conditions of contract, whether specifically mentioned or not in
the various clauses of these specifications, all materials, machinery, plant, equipment, tools, fuel,
water, strutting, timbering, transport, offices, stores, workshop staff, labour and the provision of
proper and sufficient protective works, diversions, temporary fencing and lighting. It shall also
include safety of workers, first aid equipment suitable accommodation for the staff and
workmen, with adequate sanitary arrangements, the effecting and maintenance of all insurance,
the payment of all wages, salaries, fees, royalties / Taxes, duties or other charges arising out of
the execution of works and the regular clearance of rubbish, reinstatement and clearing-up of the
site as may be required on completion of works safety of the public and protection of the works
and adjoining land. The work of Building in quality control / assurance shall be deemed to be
covered in the quoted percentage.
16. The Contractor shall ensure that, the quoted tender percentage shall cover all stages of work
such as setting out, selection of materials, selection of construction methods, selection of
equipment and plant, deployment of personnel and supervisory staff, quality control testing etc.
The work quality assurance shall be deemed to be covered in the tender percentage.
17. a) The special attention of the tenderer is drawn to the conditions in the tender notices
wherein reference has been made to the Andhra Pradesh Standard Specifications [APSS] and the
Standard preliminary specifications containing therein. These preliminary specifications shall
apply to the agreement to be entered into between the contractor and the Government of Andhra
Pradesh/Telangana and shall form an in-separable condition of the contract along with the
estimate. All these documents taken together shall be deemed to form one contract and shall be
complimentary to another.
Tenderer
137 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
18. b) The tenderer shall examine, closely the A.P.S.S. / MOST and also the standard
preliminary specifications contained therein and sign the Superintending Engineer’s office copy
of the APSS / MOST and its addenda volume in token of such study before submitting his overall
tender percentage which shall be for finished work in-situ. He shall also carefully study the
drawings and additional specifications and all the documents, which form part of the agreement
to be entered into by the successful tenderer. The APSS / MOST and other documents connected
with contract such as estimate plans, specifications, can be seen on all working days in the office
of the Superintending Engineer (R&B),Rural Region, Hyderabad
19. The tenderers attention is directed to requirements for materials under the clause ‘materials and
workmanship’ in the preliminary specifications of APSS. Materials conforming to the Bureau of
Indian Standards specifications, APSS etc., shall be used on the work and the tenderers shall
quote his overall tender percentage accordingly.
20. The tenderer has to do his own testing of materials and satisfy himself that they conform to the
specifications of respective I.S.I. Codes before tendering.
21. The contractor shall himself procure the required construction materials of approved quality
including the earth for formation of embankment and water from quarries / sources of his
choice. All such quarries / sources of materials required for the work shall be got approved by
the Engineer-in-Charge in writing well before their use of the work.
22. The contractor shall himself procure the steel, cement, Bitumen, Blasting materials, sand, metal,
soils, etc., and such other materials required for the work well in advance. The contractor has to
bear the cost of materials for conveyance. The department will not take any responsibility for
fluctuations in market in cost of the materials, transportation and for loss of materials etc.
23. Inspection of site and quarries by the tenderer: Every tenderer is expected before quoting his
overall tender percentage, to inspect the site of proposed work. He should also inspect the
quarries and satisfy himself about the quality, and availability of materials. The best class of
materials to be obtained from quarries, or other sources shall be used on the work. In every case
the materials must comply with the relevant standard specifications. Samples of materials as
called for in the standard specifications or in this tender notice, or as required by the Executive
Engineer, in any case, shall be submitted for the Executive Engineer’s approval before the supply
to site of work is begun.
24. The tenderer’s particular attention is drawn to the sections and clauses in the A.P. standard
specification dealing with
The contractor should closely peruse all the specification clauses, which govern the overall
tender percentage he is tendering.
25. The defect liability period of contract in terms of GO Ms.No.8, T,R&B Dept., dt:8.1.2003 is twenty
four months.
26. The estimate rates for items shown in the Schedule “A” include all construction materials. No
escalation in rates will be paid unless specified in the tender document. The tenderer has to
quote an overall tender percentage considering all the aspects of the tender to complete the
finished item of work as per the APSS / MOST / B.I.S. specifications, the special specifications
appended, Drawings etc.
27. If there is any contradiction between APSS / MOST and B.I.S. specifications, listed and detailed
technical specifications, the latter shall prevail.
28. In case of a job for which specifications are not available with the Schedule or in APSS / MORT&H
or B.I.S. code and are required to be prescribed, such work shall be carried out in accordance
with the written instructions of the Engineer-in-charge.
29. The contractor should use the excavated useful soils and stone for construction purpose. Soils
used for construction either for homogeneous section in hearting or in casing zone based on the
suitability will be at free of cost and the cost of stone used for construction purpose will be
recovered from the contractor’s bill.
The contractor should quote his tender percentage keeping in view of the above aspects.
Tenderer
138 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
30. Additions and alternations by the Tenderer in the Schedule of quantities will disqualify the
tender.
31. In the case of discrepancies between the written description of the item in the Schedule “A” and
the detailed description in the specification of the same item, the latter shall be adopted.
32. The Unit rates noted below are those governing payment of extras or deductions for omissions
according to the conditions or the contract as set-forth in the preliminary specifications of the
A.P. standard specifications and other conditions of specification of this contract.
33. It is to be expressly understood that the measured work is to be taken according to the actual
quantities when in place and finished according to the drawings or as may be ordered from time
to time by the Executive Engineer and the cost calculated by measurement or weight at their
respective rates without any additional charge for any necessary or contingent works connected
works connected herewith. The Percentage Excess or less on ECV quoted are for works in situ
and complete in every respect.
34. For all items of work in excess of the quantities indicated the rates payable for such excess
quantities will be tendered rates i.e., estimate rates plus or minus tender percentage.
35. For all items of work, intermediate payment will be made provisionally as per relevant clause.
Full-accepted agreement rates will be paid only after all the items of works are completed.
36. The contractor is bound to execute all supplemental works that are found essential incidental
and inevitable during execution of main work.
37. The payment of rates for supplement items of work will be regulated as under.
Supplemental items directly deductible from similar items in the original agreement.
The rates shall be derived by adding to or subtracting from the agreement rate of such similar
item the cost of the difference in the quantity of materials labour between the new items and
similar items in the agreement worked out with reference to the schedule of rates adopted in the
sanctioned estimate with which the tenders are compared.
a) Similar items but the rates of which cannot be directly deducted from the original
agreement.
b) Purely new items which do not correspond to any item in the agreement.
The rate of all such items shall be estimated rates plus or minus overall tender percentage.
b) Entrustment of supplement items contingent on the main work will be authorised by the officers
up to the monetary limits up to which they themselves are competent to accept items in the
original agreement so long as the total amounts up to which they are competent to accept in an
original agreement rates for such items shall be worked in accordance with the procedure
prescribed in GO Ms.No.1493 PWD, dated: 25-10-1971 and as amended in Govt. Memo number
544 cod 72-22 dated: 06-07-1973.
c) Entrustment of either the additional supplemental items shall be further subject to the
provisions under para 176(b) of APWD Code Viz., the items shall not be ordered by an officer on
his own responsibility if the revised estimate or deviation statement providing for the same
requires the sanction of higher authority.
Note: It may be noted that the term estimate rate used above means the rate in the sanctioned estimate
with which the tender’s compared or if no such rate is available in the estimate the rate derived
will be with reference to the schedule of rates adopted in the sanctioned estimate with which
tenders are compared.
Tenderer
139 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
BILL OF QUANTITIES
[Part-I]
Name of Work: Construction of (10+2) Court Building Complexes including Family and
POCSO Court under Nyaya Nirman Plan in the Twelve (12) Districts
Viz., Mancherial, Nirmal, Rajanna Sircilla, Peddapally,
Mahabubnagar, Jogulamba Gadwal, Wanaparthy, Yadadri
Bhuvanagiri, Jayashankar Bhupalapally, Mulugu, Jangoan,
Vikarabad.
Schedule -‘ A ‘Enclosed
Tenderer
140 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
BILL OF QUANTITIES
(PART- II)
Details of Maximum amount Reimbursable to the contractor.
“The rates mentioned in “BOQ” (Schedule – “A”) are including overhead charges and contractors
profit but excluding GST charges. The overhead charges include engaging technical persons by the
contractor. Hence, the contractor quoted rates is inclusive of engaging technical persons and no
reimbursement for these will be made separately and work insurance shall be paid by the
contractor at his own cost .
Tenderer
141 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
FOOT NOTE TO SCHEDULE “A”
1. All the items of work will have to be executed as per standard specifications laid down in APSS
and the special specifications and general features of design attached herewith. The quoted offer
shall include all operations described in the specifications and general features.
2. All the rates quoted in the Schedule ‘A’ shall be through rates in rupees and paise for completed
item of work as per APDSS inclusive of all charges such as leads, lifts, classifications and
incidental charges, all taxes and royalties etc.
3. The quantities given here are those upon which the lumpsum cost of the work is based, but they
are subjected to alternation, omission, deduction, or addition as provided for in the condition of
the contract and not necessarily shown the actual quantities of work to be done.
4. It is to be expressly understood that the measured work is to be taken net (not withstanding any
custom or practice to the contrary) according to the actual quantities placed and finished
according to the drawing or as may be ordered from time to time by the Engineer-In-Charge and
the cost calculated by measurement or weight at the respective prices without any additional
charge for any necessary or contingent works, connected therewith. The rate shown is for the
works in situ and complete in every respect.
5. All items of work will have to be executed as per standard specification laid down in A.P.S.S. the
special specification and general features of design attached herewith. The quoted offer shall
include all operation described in the said specification and general features and shall be
inclusive of all charges such as leads, lifts, classification, incidental charges, all taxes, royalties,
hire and operational charges of all T & P, security measures etc., complete.
6. Vernacular signature should be translated into English.
7. Addition and alternation in schedule or condition will disqualify the tender.
8. Steel centering should be used for all members involving the use of centering.
9. The tenderer should inspect the site & checkup the possible water source for carrying out work
though out the year, monsoons or non monsoons irrespective of the quantum of rainfall and
quote their offer accordingly. No subsequent claims for extra water leads will be entertained
under any circumstances.
10. The contractor will not be entitled to claim any interest on arrears which he may be get on the
final settlement of accounts.
11. The contractor shall make his own arrangement for the acquisition of stone and other quarries
etc.
12. Metal and chips of the specified gauges will have to be stacked separately in the standard size
after screening as per specifications before using on work.
Tenderer
142 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
PRICE BID
Name of work : Construction of (10+2) Court Building Complexes including Family and
POCSO Court under Nyaya Nirman Plan in the Twelve (12) Districts Viz., Mancherial,
Nirmal, Rajanna Sircilla, Peddapally, Mahabubnagar, Jogulamba Gadwal, Wanaparthy,
Yadadri Bhuvanagiri, Jayashankar Bhupalapally, Mulugu, Jangoan, Vikarabad.
ESTIMATE CONTRACT VALUE (IN FIGURES & WORDS): Rs. 691,18,15,105/- (Rupees Six
Hundred and Ninety One Crores Eighteen Lakhs Fifteen Thousand One Hundred
and Five only)
aforesaid work as per the conditions, standards, specifications, rules, regulations, etc.,
value.
Tenderer
143 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
FORMATS OF SECURITIES
Tenderer
144 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
PROFORMA
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
SEALED with the Common Seal of the Bank this …………….. day of ……………..200….
(2) If the Tenderer having been notified of the acceptance of his bid by the Department during the
period of validity.
(a) fails or refuses to execute the Form of Agreement in accordance with the Instructions to
Tenderers, if required; or
(b) fails or refuses to furnish the balance EMD and additional performance Security in
accordance with the instructions of Tenderers.
We undertake to pay to the Department up to the above amount upon receipt of his first
written demand, without the Department having to substantiate his demand, provided that
in his demand the Department will note the amount claimed by him is due to him owning to
the occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to and including the date** …………………… after the
dead line for submission of Tenders as such deadline is stated in the Instructions to
Tenders or as it may be extended by the Department, notice of which extension(s) to the
Bank is hereby waived. Any demand in respect of this Guarantee should reach the Bank not
later than the above date.
WITNESS……………….. SEAL………………………………………………..
--------------------------------------------------------------------------------------------------------
(Signature, Name and Address)
--------------------------------------------------------------------------------------------------------
* The Tenderer should insert the amount of the EMD in words and figures denominated in Indian
Rupee. This figure should be the same as shown in the NIT.
** 6 months for the deadline date for submission of Tender. Date should be inserted by the
Department before the Tender documents are issued.
Tenderer
145 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
PROFORMA
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a Schedule bank for the sum specified therein as balance EMD /
EMD for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of _____________________ [amount of guarantee] _________________________________
[in words], such sum being payable and we undertake to pay you, upon your first written demand and
without cavil or argument, any sum or sums within the limits of ________________________ [amount of
guarantee] as aforesaid without your needing to prove or to show grounds or reasons for your demand
for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the Works to be performed there under or of any of the contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this guarantee, and
we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid up to……………………….. i.e., until 28 days from the date of expiry of
the Defects Liability period.
Tenderer
146 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
PROFORMA
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a Schedule bank for the sum specified therein as Additional further
security bank guarantee for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor, up to a total of Rs._____________________ [amount of guarantee]
_________________________________ [in words], such sum being payable and we undertake to pay you, upon your
first written demand and without cavil or argument, any sum or sums within the limits of
________________________ [amount of guarantee] as aforesaid without your needing to prove or to show
grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract
or of the Works to be performed thereunder or of any of the contract documents which may be made
between you and the Contractor shall in any way release us from any liability under this guarantee, and
we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid up to and until 28 days from the date completion.
Tenderer
147 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
PROFORMA
Date -
Place- MANDAL REVENUE OFFICER
SEAL OF THE OFFICE
ANNEXURE – I (B).
FORM OF SOLVENCY
CERTIFICATE BY BANKS
Tenderer
148 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri
FORMAT FOR EVIDENCE OF ACCESS TO OR
AVAILABILITY OF CREDIT FACILITIES
(CLAUSE 8 (iii) OF TENDER NOTICE)
(From Nationalised Banks / Scheduled Banks)
BANK CERTIFICATE
This is to certify that M/s. ……………….........................................……… is a reputed company with a good financial
standing. If the contract for the work namely …………… …………….....………………………….. is awarded
to the above firm, we shall be able to provide over draft/credit facilities to the extent of
Rs.………………… to meet their working capital requirements for executing the above contract.
Tenderer
149 Superintending Engineer(R&B),
Circle, Yadadri Bhuvanagiri