0% found this document useful (0 votes)
53 views151 pages

Vol 1

tender document

Uploaded by

sayedalubna
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOC, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
53 views151 pages

Vol 1

tender document

Uploaded by

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

HYDERABAD METROPOLITAN WATER SUPPLY AND SEWERAGE BOARD

e-Tender Notice EP No. 57/CGM(E)/TC/T1/MoM-TD-II/2024-25, dated:23-10-2024

Tender Document

for

Name of the Work: Manning and Operation and Maintenance for arresting leakages with requisite
materials and appurtenances at different locations on 1200mm dia transmission
lines of Phase-III & IV from Singapur to Lingampally and 1200mm dia from
Singapur to Khanpur under Singapur Section, Sub-division [Link], Transmission
Division-II, Patancheru for the period of ONE Year.

VOLUME-I

Invitation to Tender Instructions to Tenderers


General Conditions of Contract Conditions of Particular Application
Form of Tender and Tender Appendix Form of Agreement
Form of Letter of Acceptance List of Specification Drawings
Form of Bank Guarantee for Security Deposit Schedule of Supplementary Information B to Q
Programme of Work Technical Specifications
Schedule - Quarterly Report of Labour
Addenda (if any)

O/o Chief General Manager (E)


Transmission Circle, HMWSSB,
Khairtabad, Hyderabad-500 004,

TENDERER Chief General Manager(Engg)


Vol-I - 1 Transmission Circle, Hyderabad
VOLUME-I
CONTENTS

CLAUSE/ PAGE
DESCRIPTION
SERIAL NO NO

SECTION I - INVITATION TO TENDER

Invitation to Tender

SECTION - II INSTRUCTIONS TO TENDERERS

A. GENERAL
IT 1 Description of the works
IT 2 Source of funds
IT 3 Eligibility and qualification requirements
IT 4 Cost of tendering
IT 5 Site visit

B. TENDERING DOCUMENTS
IT 6 Content of tendering documents
IT 7 Clarification of tender documents (Not used)
IT 8 Amendment of tender documents

C. PREPARATION OF TENDERS
IT 9 Language of the documents
IT 10 Documents comprising the tender
IT 11 Tender prices
IT 12 Not used
IT 13 Tender validity
IT 14 Earnest money deposit, its forfeiture and penal action
IT 15 No Variations in tendering conditions
IT 16 Pre-tender meeting (Not used)
IT 17 Format and signing of tenders

D. SUBMISSION OF TENDERS
IT 18 Sealing and marking of tenders
IT 19 Deadline for submission of tenders
IT 20 Late tenders
IT 21 Withdrawal of tenders

CLAUSE/ PAGE
DESCRIPTION
SERIAL NO NO

E. TENDER OPENING AND EVALUATION


IT 22 Tender opening
IT 23 Process to be confidential
IT 24 Clarification of tenders
IT 25 Determination of responsiveness
IT 26 Correction of errors
IT 27 Not used
IT 28 Evaluation and comparison of tenders
IT 29 Not used

F. AWARD OF CONTRACT
IT 30 Award criteria

TENDERER Chief General Manager(Engg)


Vol-I - 2 Transmission Circle, Hyderabad
IT 31 Department’s / HMWSSB’s right to accept any tender
and to reject any or all tenders
IT 32 Notification of award
IT 33 Signing of the agreement
IT 34 Security deposit

SECTION III - CONDITIONS OF CONTRACT


Preface

Part I : PRELIMINARY SPECIFICATIONS


(General Conditions of Contract)
A. Preface.
1. Intent and reference to T.S.S.S.
2. Applicability of the T.S.S.S.
3. Contractor to sign in the Divisional ( or the Sub-Division) Copy of the T.S.S.S.
4. Term “Specification” apart from “Standard Specification
5. Sub-Specifications.
6. Additions and alterations to the T.S.S.S.
7. Powers of the CGM(E) & G.M (E). to supplement or alter the T.S.S.S.
8. Definition of terms
9. Evidence of experience
10. Legal address – Notices
B. Statement of approximate Quantities in Schedule-A
11. Quantities approximate and contractor to verify the nature and amount of work.
12. Approximate not to mean deviation from drawings and specifications.
13 To compare tenders

CLAUSE/ PAGE
DESCRIPTION
SERIAL NO NO
C. Drawings and Specifications
14. Purpose
15. Conformance
16. Variations by way of Modifications, Omissions or additions.
17. Copies of drawings and specifications
18. Signed drawings-No authority to the contractor
19. Finished sizes.
D. Materials and Workmanship
20. To be the best quality
21. Conventions for proportions
22. Measurement and mixing
23. Data
24. Layout of Material Stocks
25. Source of purchase of materials and Stores
26. Contractor liable for materials supplied by Government
27. Test Inspection and rejection of defective material and work
28. Defects, Shrinkage, etc., after completion
29. Executive Engineer’s Decision
30. Dismissal of workmen
31. Contractor’s maistri or agent and contractor’s staff
32. Government maistries or agents
E. Included in the Contract Rates
33. Defining Contract Schedule rates
34. Carriage
35. Construction plant
36. Scaffolding instructions
37. Temporary Structures
38. Water and lighting

TENDERER Chief General Manager(Engg)


Vol-I - 3 Transmission Circle, Hyderabad
CLAUSE/ PAGE
DESCRIPTION
SERIAL NO NO
39. Latrines for work people
40. Sun protection, keeping dry and pumping
41. Tolls and Seigniorage
42 Setting out works
43. Cleaning up during progress and for delivery
F. Responsibilities and Liabilities of the Contractor
44. Observance of Laws–Local regulations and notices–Attachments
45. Accidents – Hoarding – Lighting Observations – Watchmen
47. Protection of adjoining and existing premises
48. Permit other workmen-Co-operation –Afford facilities
49. Holes for water service, gas, electrical and sanitary fittings
50. Contractor’s risk and insurance
51. Holidays
Safety Requirements

CLAUSE/ PAGE
DESCRIPTION
SERIAL NO NO

G. Miscellaneous
52. Sand and Gravel
53. Old curiosities
54. Assignment or sub-letting
55. Specialists
56. Ratification of the orders of the Executive Engineer
57. Order Book
H. Date of Commencement, completion, Delays, Extensions, Suspension of work and
forfeitures
58. Date of commencement and completion
59. Delays and extension of time
60. Delays in commencement or progress or neglect of work and
forfeiture of Earnest money, Security deposit and withheld amounts
61. Suspension of the works by the contractor
I – J. Particulars of Payment
62. Payment on Lump-sum basis or by final measurement or unit
prices
63. Payment for addition and deduction for omissions
64. No payment for un-sanctioned extras
65. Accounts, Receipts and Vouchers
66. Fraud, wilful neglect or default
67. Unfixed materials
68. Payment and Certificates
69. Interest on money due to the contractor
70. Acceptance of final measurements
71. Recovery of money from contractor in certain cases
72. Contractor dying, becoming insolvent, insane, or imprisoned
73. Arbitration

Part II : CONDITIONS OF PARTICULAR APPLICATION

1 - 73 Amendments to General Conditions of Contract


74 Not used
75 Recoveries
76 Quarterly Report on Labour
77 Agreement - Stamp Paper
78 Income Tax

TENDERER Chief General Manager(Engg)


Vol-I - 4 Transmission Circle, Hyderabad
79 Security Deposit and Withheld Amounts
80 Cancellation of Contract
81 Construction Equipment

CLAUSE/ PAGE
DESCRIPTION
SERIAL NO NO
82 Employment to Ex-Toddy Tappers
83 Payment to Labour under an Emergency
84 Basis for Evaluating the Capacity of Contractors
85 Advance Mobilization
86 Advance Loan Repayment
87 Not used
88 Penalties
89 Defects Liability Period
90 Water & Power Charges
91 Recoveries
92 Break-up for Excise Duty & Sales Tax
93 Terms of Payment
Form of Tender
Tender Appendix
Letter of Acceptance
Form of Agreement
Form of Bank Guarantee for Security Deposit
Programme of Work
SECTION-IV SCHEDULE OF SUPPLEMENTARY INFORMATION
Schedule B Form of Bank Guarantee for Earnest Money Deposit
Schedule C Income Tax Clearance Certificate (Latest)
Schedule D Sales Tax Clearance Certificate
Schedule E Identification and Financial Data Sheet
Schedule F Project Experience Record (Parts A, B C &D)
Schedule G Construction Equipment
Schedule H Personnel
Schedule J Bio-data of Technical Personnel of Tenderer
Schedule K Record of Arbitration and Litigation
Schedule L History of Criminal Cases
Schedule M Form of General Power of Attorney
Schedule N Deleted
Schedule P Copy of Registration of Contractor
Schedule Q Affidavit
Schedule R Fair Wages Clause
Schedule S Quarterly Report of the Labour employed
SECTION-V Addenda issued by HMWSSB
SECTION-VI TECHNICAL SPECIFICATIONS
SECTION-VII SPECIFICATION DRAWINGS
List of Specification Drawings

TENDERER Chief General Manager(Engg)


Vol-I - 5 Transmission Circle, Hyderabad
HYDERABAD METROPOLITAN WATER SUPPLY AND SEWERAGE BOARD
SECTION - I : INVITATION TO TENDER

e-Tender Notice EP No. 57/CGM(E)/TC/T1/MoM-TD-II/2024-25, dated: 23-10-2024

Name of the Work: Manning and Operation and Maintenance for arresting leakages with requisite
materials and appurtenances at different locations on 1200mm dia transmission
lines of Phase-III & IV from Singapur to Lingampally and 1200mm dia from
Singapur to Khanpur under Singapur Section, Sub-division [Link], Transmission
Division-II, Patancheru for the period of ONE Year.

LOCAL COMPETITIVE TENDERING


1. The HMWSSB intends to take up the work of “ Manning and Operation and Maintenance for
arresting leakages with requisite materials and appurtenances at different locations on 1200mm dia
transmission lines of Phase-III & IV from Singapur to Lingampally and 1200mm dia from Singapur
to Khanpur under Singapur Section, Sub-division [Link], Transmission Division-II, Patancheru for
the period of ONE Year”

2. The Chief General Manager (Engg.), Transmission Circle, HMWSSB, Khairtabad, Hyderabad for and on
behalf of the HMWSSB hereby invites sealed tenders for the above work from eligible registered
contractors of Class-III (Civil) and above as per [Link] 66 I & CAD (Reforms) Department) dtd:
20.04.2015 amendment to [Link] 94 I & CAD (PW-COD) Dept dated: 1-7-2003 of Irrigation &
CAD Department of GoAP and to be executed for the HMWSSB on the basis of Schedule of
Percentage Tender. The Tenderers will have to state clearly their willingness to execute the
works at the percentage excess or less or at par over the Estimate Contract Value indicated at
Schedule-`A’.
3. The above work is being taken up under Board Funds for the year 2024-25 and to be executed for the
HMWSSB on the basis of Schedule of Percentage Tender.
4. The works to be carried out include the following:
1) Manufacture, supply and delivery of MS Pipe barrels of 1200 mm dia
2) Hiring charges of Shovel 0.5 Cum 75 Hp.
3) Hiring charges Shovel 0.85 Cum 110Hp.
4) De-watering pipe line trenches for 5Hp 1 Nos
5) Engaging diesel generator set 30 KVA for attending leakage
6) De-watering pipe line trenches duly bailing out water with 10Hp Electric engine.
7) Engaging diesel generator set 50 KVA for attending leakage
8) Engaging Engaging Skilled labour for attending leakages
9) Engaging Semi-Skilled labour for attending leakages
10) Supply & Delivery of Seiko solution, Cement, Pig lead, spun yarn
11) Supply & Delivery of cement using at site.
12) Supply and delivery of pig lead using at site
13) Supply & Delivery of spun yarn of best quality.
14) Engaging Truck 10t to carry men and materials
15) Removing of existing damaged 1200mm dia PSC pipe.
16) Hoisting and keeping of 1200mm dia MS Barrels of 6.0M length of 1 Nos.
17) Preparationery works for taking shut down like operating the scour valves.
Any other work entrusted by the Departmental Engineer.

5. The total period for completion of above work is Twelve (12) months from the date of receipt of work
order/handing over site/signing of agreement, inclusive of monsoons.
6. Not used.
7. Not used.
8. The CGM(E),[Link] / Director (Technical.), HMWSSB, reserves the right to reject any tender or
all the tenders without assigning any reason there for. Any Tenderer shall have no cause of action or
claim against the HMWSSB or its officers, employees, successors or assignee for rejection of his tender.

TENDERER Chief General Manager(Engg)


Vol-I - 6 Transmission Circle, Hyderabad
SECTION - II : INSTRUCTIONS TO TENDERERS
A. GENERAL
IT 1. DESCRIPTION OF THE WORKS
1.1 The works under this Contract constitute a part of the project, for “ Manning and Operation and
Maintenance for arresting leakages with requisite materials and appurtenances at different locations
on 1200mm dia transmission lines of Phase-III & IV from Singapur to Lingampally and 1200mm dia
from Singapur to Khanpur under Singapur Section, Sub-division [Link], Transmission Division-II,
Patancheru for the period of ONE Year”
The works to be carried out include the following:
1) Manufacture, supply and delivery of MS Pipe barrels of 1200 mm dia
2) Hiring charges of Shovel 0.5 Cum 75 Hp.
3) Hiring charges Shovel 0.85 Cum 110Hp.
4) De-watering pipe line trenches for 5Hp 1 Nos
5) Engaging diesel generator set 30 KVA for attending leakage
6) De-watering pipe line trenches duly bailing out water with 10Hp Electric engine.
7) Engaging diesel generator set 50 KVA for attending leakage
8) Engaging Engaging Skilled labour for attending leakages
9) Engaging Semi-Skilled labour for attending leakages
10) Supply & Delivery of Seiko solution, Cement, Pig lead, spun yarn
11) Supply & Delivery of cement using at site.
12) Supply and delivery of pig lead using at site
13) Supply & Delivery of spun yarn of best quality.
14) Engaging Truck 10t to carry men and materials
15) Removing of existing damaged 1200mm dia PSC pipe.
16) Hoisting and keeping of 1200mm dia MS Barrels of 6.0M length of 1 Nos.
17) Preparationery works for taking shut down like operating the scour valves.
Any other work entrusted by the Departmental Engineer.

The total period for completion of above work is Twelve(12) months from the date of receipt of
work order/handing over site/signing of agreement, inclusive of monsoons.
IT 2. SOURCE OF FUNDS
2.1 The above work is being taken up under Board Funds for the year 2024-25 and to be executed for the
HMWSSB on the basis of Schedule of Percentage Tender.
IT 3. ELIGIBILITY AND QUALIFICATION REQUIREMENTS

3.1 This invitation to tender is open only to all eligible registered contractors of Class-III (Civil) and above
as per [Link] 66 I & CAD (Reforms) Department) dtd: 20.04.2015 amendment to [Link] 94 I &
CAD (PW-COD) Dept dated: 1-7-2003 of Irrigation & CAD Department of GoAP and or registered
in any other State are eligible and are to be executed for the HMWSSB on the basis of Schedule
of Percentage Tender. The Tenderers will have to state clearly their willingness to execute the
works at the percentage excess or less or at par over the Estimate Contract Value indicated at
Schedule-`A’.

a) The tenderer should note that the emergency leakage arresting works in the above work
has to be completed within the 24 hrs shut down period for which he has to submit a
declaration for completing the same on their letter head and he should have 24 hours
shutdown experience in arresting the leakages/junction works.
b) If the bidder is not a manufacture of MS pipe, the tenderer must have the specific MoU/Authorization
with the Manufacturer of MS Pipes/MS Barrels for supply as per site requirement .

3.2 (a) to (f) is deleted

TENDERER Chief General Manager(Engg)


Vol-I - 7 Transmission Circle, Hyderabad
3.3 Each Tenderer must enclose GST Registration Certificate (Form Reg-06) from the
appropriate authorities along with GST latest returns/clearance.

3.4 The Tenderer must produce the latest Income Tax Returns & PAN Card Details.

3.5 The GPA holders experience shall not be taken into account in determining the tenderers
compliances with the qualifying criteria.

3.6 Qualification Criteria: Documents and schedules to be completed and certified as required
and uploaded online under eProcurement. The qualification criteria with respect of past
experience has been prescribed for this work as per prevailing GO [Link].94, dated: 1-7-
2003 and its amendments. (Joint venture- Not Applicable).

3.7 a) Past Experience:


The Tenderer shall have executed the minimum quantities of work as stated below.
Experience relating to the works executed in any State / Central Government Departments, or
State/Central Undertakings / Boards / Corporations, Municipalities and Municipal
Corporations, Urban Development Authorities will only be considered.
The past performance of the tenderer is established from record of successful execution and
completion of similar type of works in time and in workman like manner. For this purpose
testimonials etc., from clients for whom the applicant had executed similar type of works
during the past ten years and having present worth equal to or higher than minimum amount
indicated below will have to be submitted by the tenderer and where necessary reference will
be made to previous clients. Tenderers are expected to furnish past performance data for the
works referred by them and indicated in Schedule-F (enclosed in Volume-I). Said similar works
executed during the past ten years i.e. not earlier than April-2014 shall satisfy the following
requirements.
i) It is necessary that the tenderer should have executed and completed similar type of works in
the past ten years i.e. not earlier than April’2014 one or more of the said works maintained
successfully by the tenderer added together shall be minimum of Rs.75.741 lakhs, in any one
year during past 10 years. The present worth of each of these jobs executed and completed by
the tenderer in the past will be calculated based on escalation of 10% per annum.

ii) It is necessary that the tenderer should have executed and completed similar type of works
successfully i.e (i) The tenderer should have successfully completed atleast 6 months MoM
experience in maintenance of 1200mm dia PSC/MS pipeline along with attending of the day to
day leakages on 1200mm dia & above pumping/gravity main (ii) The tenderer should have
successfully completed atleast (6) Nos of leakages on 1200mm dia above PSC/MS
pumping/gravity main duly replacing the PSC pipe with new MS pipe along with machine ends
fixing (or) MS Internal barrels within 24 hours shutdown period as per specifications .In one or
more contracts added together in one year during last ten years (specified financial years) i.e. not
earlier than April’2014.

a. The past experience certificate furnished by tenderer should be signed by the Executive
Engineer/in charge of work and counter signed by the Superintending Engineer or equivalent.
In case where Superintending Engineer post is not in existence, the counter signature has to be
made by the next higher authority.
b. The past performance of the bidder in satisfactory execution of works taken up (ongoing works)
& completed works in HMWSSB shall also be taken into consideration in evaluation and
awarding of the contract.
c. Any ambiguity in respect of financial standings and past experience or the certificates produced
by the bidder, in respect of the bids received will be placed before the Tender Accepting
Authority for its decision. The decision of the Tender Accepting Authority would be final and
based on such decision, the price bids will become eligible for opening.

TENDERER Chief General Manager(Engg)


Vol-I - 8 Transmission Circle, Hyderabad
b) Equipment:
Each Tenderer should further demonstrate the availability of his own Plant, Machinery and
equipment required to execute this work as per NIT & Bid Conditions.

c) Financial standing:

i. The Tenderer shall furnish audited financial statements for the last ten years i.e. 2014-
15 to 2023-24 audited by a Chartered Accountant, which include Profit and Loss
Account, Balance Sheet and certificates regarding contingent liabilities. In case of any
nil statements, the same shall be certified accordingly by a Chartered Accountant. The
tenderer shall furnish the financial statement for the previous financial year including
liabilities, Contingent liabilities and projects in progress (in case audited statements are
not available). Similarly the tenderer shall also provide financial statement for the
latest financial year (2 to 3 months prior to tender date) including the liabilities,
contingent liabilities and projects in progress. If the Tenderer is a Company, audited
annual reports of the financial years April 2014 to March 2024 inclusive, along with
the audit reports under the Companies Act shall be furnished. In case of Tenderers
other than companies, if the turnover in the financial years exceeds Rs.200 Lakhs per
annum, the audited accounts along with the auditor’s certificates under section 44 AB
of the Income tax Act shall be furnished. If audited report under Section 44AB of
Income Tax Act is not furnished for any year, it will be deemed that the turn over for
that year is less than Rs.60 Lakhs if the financial year is (2010-2011) to (2011-2012), is
less than Rs.100 Lakhs if the financial year is (2012-2013) to (2015-2016) and is less
than Rs.200 Lakhs if the financial year is (2016-17) onwards. In the case of Tenderers
other than companies, if the turnover in any of the above financial years does not
exceed Rs.60 Lakhs for the financial years (2010-2011) to (2011-2012), Rs.100 Lakhs
for the financial years (2012-2013) to (2015-2016) & Rs.200 Lakhs for the financial
years (2016-17) onwards, the following certificate shall be given by a Chartered
Accountant for each year for the Profit and Loss Account and the Balance Sheet. “ We
have audited the above Profit and Loss Account / Balance Sheet of --
---------------------------------------------------------------------------------------------------------
----------------as on ---------------------------- --------------------------- for the financial year
ending -------- ------ and in our opinion the said accounts give a true and fair view.
The said Balance Sheet and Profit and Loss Account are in agreement with the books
of accounts and returns produced and that we have obtained all the information and
explanations which to the best of our knowledge and belief were necessary for the
purpose of the audit”.
ii. Not Used.
iii. Not Used.
iv. Bidder capacity: The assessed capacity of the Tenderer, as calculated below, shall not
be less than the Estimated Contract Value (i.e. Rs.1,51,48,374=20Ps). The estimated
value of the work(s) is likely to be awarded by the HMWSSB among the tenders
submitted earlier (even though the letter of acceptance has not been approved by the
HMWSSB) shall also be taken into account while arriving the value of “B”. Assessed
Capacity = 2 AN – B”.
Assessed Capacity = 2 AN – B;
Where;
A= Maximum value of Civil Engineering works executed in any one financial year
during the last ten years (up dated to current price level taking into account the
completed as well as works in progress by adding 10% per year) as per Audited
P&L Statements certified by CA with audit report.
N = Number of years prescribed for completion of work upto date price level for

TENDERER Chief General Manager(Engg)


Vol-I - 9 Transmission Circle, Hyderabad
which tenders are invited.
B= Value of existing commitments and ongoing works (and the estimated value of
work(s) which is likely to be awarded even though the letter of acceptance has
not been approved by HMWSSB) to be completed during the period of the
contract.

The statement showing the value of the Tenderer’s existing (including most probable)
commitments and his ongoing works, as well as the remaining period for completion for
each of the ongoing works listed, shall be certified by each Engineer in Charge of the
Government Departments/ Undertakings / Municipal Corporations / Urban Development
Authorities / Infrastructure Development Corporations/Housing Corporations responsible
for the works, none of whom should be below the rank of Executive Engineer and
countersigned by Superintending Engineer or equivalent.
v. Deleted.
vi. Original Certificates:
Originals of the certificates shall be produced as per requirement to verify the copies of
statements and other information furnished with the tender as per GO [Link].174 of
I&CAD, dt: 1.9.2008.

d). History of litigation and criminal record:


If any criminal cases are pending / convicted against him/her/partners at the time of submitting
the tender, the tender will be summarily rejected. In this respect the Tenderer shall submit an
affidavit to the effect that the history of litigation, criminal cases pending against
him/her/partners furnished by him/her is true.

But however, it is clarified that in each and every case the State may not reject the bids
summarily on mere pendency of any criminal cases against bidders if they do not come in the
way of executing contracts.

The bidders who were blacklisted / barred in any Govt. / Municipalities / undertakings, the
tender will be summarily rejected.

In case it is detected at any stage that the affidavit is false, he will abide by the action taken by
the HMWSSB / Government without approaching any court whatsoever for redress. He will,
however, be given suitable opportunity to offer his explanation before action is taken against
him.
e) Contractor shall not be eligible to tender for works in HMWSSB in which any of his near
relatives are working in the cadre of a Manager( Engg.) and above in the Engineering section or
an Officer(F&A)/[Link](F&A) and above in the Accounts / Audit / Administrative
Sections. Near relatives include:
1. Sons, step-sons, daughters, step-daughters.
2. Sons-in-law and daughters-in-law.
3. Brothers-in-law and sisters-in-law.
4. Brothers and sisters.
5. Father and mother.
6. Wife/husband.
7. Father-in-law and mother-in-law.
8. Nephews, nieces, uncles, aunts.
9. Cousins. and, in addition,
10. Any person residing with the Contractor, whether related or not.

TENDERER Chief General Manager(Engg)


Vol-I - 10 Transmission Circle, Hyderabad
f) Other requirements:
Even if the Tenderer meets all the eligibility and qualification criteria, his tender shall be
summarily rejected if he is found to have misled or made false representation in the form of any
of the statements submitted in proof of the eligibility and qualification requirements or if he has
a record of poor performance such as absconding from work, works not properly completed as
per contract, inordinate delays in completion, financial failure and/or has participated in
previous tendering for the same works and had quoted unreasonably high tender
price/premium. In addition to the above, even while executing the work, if it is found that he
produced false/fake certificates in his Tender, he will be blacklisted and the work will be taken
over invoking Clause no. 60 (a) of the Preliminary Specification to AP Standard Specification,
i.e. General Conditions of Contract, and Conditions of Particular Application.

IT 4. COST OF TENDERING
4.1 Not used.

IT 5. SITE VISIT
5.1 The Tenderer is advised to visit and examine the site of the works and its surroundings and
obtain for himself on his own responsibility all information that may be necessary for preparing
the tender and entering into a contract. The costs of any such visits shall be entirely at the
Tenderer’s own expense.

5.2 The Tenderer and any of his personnel or agents will be granted permission by the department
to enter upon their premises and lands for the purpose of such inspections, but only upon the
express condition that the Tenderer, his personnel or agents, will release and indemnify the
HMWSSB and their personnel and agents from and against all liability in respect thereof and
will be responsible for personal injury (whether fatal or otherwise), loss of/or damage to
property and any other loss, damage, costs and expenses that may arise however caused, which,
but for the exercise of such permission would not have arisen.

B. TENDERING DOCUMENTS

IT 6. CONTENTS OF TENDERING DOCUMENTS

6.1 Deleted.
VOLUME – I (Technical Bid)
Section I : Invitation to Tender
Section II : Instructions to Tenderers
Section III : Preface, General Conditions of Contract and Conditions of Particular
Application, Form of Tender, Tender Appendix, Letter of Acceptance, Form
of Agreement, Form of Bank Guarantee for Security Deposit, Programme of
work.
Section-IV: Schedules of Supplementary Information
Schedule B - Form of Bank Guarantee for Earnest Money Deposit
Schedule C - Income Tax Returns / PAN Details
Schedule D - GST Registration Certificate
Schedule E - Identification and Financial Data sheet
Schedule F - Project Experience Record (Parts A, B, C & D)
Schedule G - Construction Equipment
Schedule H - Personnel
Schedule J - Bio-data of Technical Personnel of Tenderer
Schedule K - Record of Arbitration and Litigation
Schedule L - History of Criminal Cases

TENDERER Chief General Manager(Engg)


Vol-I - 11 Transmission Circle, Hyderabad
Schedule M - Form of General Power of Attorney
Schedule N - Deleted
Schedule P - Copy of the Contractor’s Registration in the required Class.
Schedule Q - Affidavit
Schedule R - Fair Wages Clause
Schedule S - Quarterly Report of Labour Employed on Construction Work
Schedule U - Manufacturers Authorization Form for RCC & SWG pipes from
reputed manufacturers
Section-V - Addenda issued by the CGM(E), Transmission Circle, HMWSSB
Section VI - Technical Specifications
Section VII - Specification Drawings

VOLUME – II (Price Bid)


Schedule-A – Bill of Quantities

6.2 The Tenderer is expected to examine carefully all instructions, conditions, forms, appendix to tender,
terms, specifications, addenda, schedules, schedules of supplementary information and specification
drawings in the Tender Documents. Failure to comply with the requirements of tender submission will
be at the Tenderer’s own risk. Pursuant to IT 25, tenders which are not responsive and not meeting the
qualification requirements of the Tender documents will be rejected.
IT 7. Not Used.
IT 8. Not used.

C. PREPARATION OF TENDERS
IT 9. Not used.
IT 10. Not used.
IT 11. TENDER PRICES

11.1 Unless stated otherwise in the Tender Documents, the Contract shall be for the whole of the works
and the Tenderer shall indicate his willingness to execute the works at the estimated rates indicated
in Schedule ‘A’ (the Bill of Quantities), or at a percentage in excess of (premium) / or less than the
estimated rates (discount).

The premium or discount quoted by the Tenderer shall be applicable only for Part-I. The lump-sum
provisions contained in Part-II of Schedule ‘A’ are intended for suitable reimbursement to the
appointed Contractor on production of vouchers towards premium paid and life insurance policies,
copies of appointment orders, vouchers for payments, and bank charges for bank guarantee, etc.
The sums reimbursed shall not exceed the amounts indicated against each item in Part II Scheduled
‘A’ . They will be reimbursed according to compliance with the following conditions. Failure to
comply shall result in reimbursement being refused.
GST: The sum is provided towards payment of GST @18% on finished amount of ECV as per
prevailing norms under Part-II of BoQ, payable on actual.
ii) NAC cess: The sum is provided towards payment of NAC cess @ 0.1% on finished amount
of ECV as per prevailing norms under Part-II of BoQ, payable on actual.
11.2 Not used
11.3 All seigniorage charges and other levies payable by the Contractor under the Contract, or for any
other cause shall be included in the tender submitted by the Tenderer and the evaluation and
comparison of the tenders by the HMWSSB will be made accordingly.
11.4 Not used
11.5 The premium/discount quoted by the Tenderer shall be firm.
IT 12. Not used
IT 13. TENDER VALIDITY
13.1 Tenders shall remain valid and open for acceptance for a period of 90 days after the date of tender
opening prescribed in IT-22.

TENDERER Chief General Manager(Engg)


Vol-I - 12 Transmission Circle, Hyderabad
13.2 In exceptional circumstances, prior to expiry of the original tender validity, the HMWSSB may
request the Tenderer for a specified extension in the period of validity. The request for any
extension, and the responses thereto, shall be in writing or cable. A Tenderer may refuse the
request without forfeiting his EMD. A Tenderer agreeing to the request will not be required or
permitted to modify his tender, but will be required to extend the validity of his EMD.

IT 14. EARNEST MONEY DEPOSIT, ITS FORFEITURE AND PENAL ACTION

14.1 Along with the tender documents, the tenderers shall upload/furnish EMD in the shape of Online
Payment / DD / BG for an amount of Rs.1,51,484=00 (Rupees ONE lakh FIFTY ONE thousand
FOUR hundred and EIGHTY FOUR only) towards Earnest Money Deposit. The Bank
Demand Draft shall be in favour of HMWSSB or an unconditional Bank Guarantee shall be in the
name of CGM(E), Transmission Circle,HMWSSB,Khairatabad, obtained from a Scheduled
Bank / Nationalized bank issued on behalf of the tenderer or Online Transfer of Funds are
acceptable towards EMD (the DD’s / BG furnished with the date prior to the tender notice
shall be summarily rejected). The Bank Guarantee should be valid for a minimum period
of 45 days beyond the period of validity of the tender stipulated in IT 13.1 above (i.e. 90 +
45 = 135 days). In case the tenderer extends the period of the validity of this tender
extended, he shall take steps to extend the Bank Guarantee for a further period equal to the
period of extension of the validity of the tender. Where a cash deposits is made towards
Earnest Money it should be accompanied by a letter signed by the tender agreeing that the
money should be retained as Earnest Money and be liable to forfeiture in terms of IT 14.5
and IT 14.2. If tenders are not accompanied by an Earnest Money Deposit as specified
above, the tenders will be summarily rejected.
14.2 Deleted
14.3 The EMD of an unsuccessful Tenderer will be discharged/returned after an agreement is entered
into with the Tenderer whose tender has been accepted.

14.4 The EMD of any successful Tenderer who has furnished the EMD in the form of a Bank Guarantee
will be discharged when the Tenderer has signed the Form of Agreement and furnished the required
Security Deposit.
14.5 The EMD shall be forfeited:
a) Not used.
b) Not used.
c) In the case of a successful tender, if, within the specified time limit, the Tenderer fails to;
i) sign the agreement ;
or
ii) furnish the required Security Deposit;
or
d) If, pursuant to Clause IT 26, the Tenderer does not accept the correction of his tender premium /
discount.
14.6 A Tenderer who withdraws his tender without a valid reason (to be decided by the authority
competent to accept the tender) shall be disqualified for tendering further works in the HMWSSB.
IT 15. VARIATIONS IN TENDERING CONDITIONS
15.1 Each Tenderer shall submit an offer, which complies with the requirements of the Tender
Documents, including the basic technical design as indicated in the Specification Drawing and
Specifications.
IT 16. NOT USED.
IT 17. FORMAT AND SIGNING OF TENDERS
17.1 Not used.
17.2 Proof of authorisation shall be furnished in the form of a certified copy of Power of Attorney,
which shall accompany the tender.

17.3 The completed tender shall be without alterations, inter-lineation or erasures except those which
accord with instructions given by the HMWSSB, or as necessary to correct errors made by the

TENDERER Chief General Manager(Engg)


Vol-I - 13 Transmission Circle, Hyderabad
Tenderer, in which case such corrections shall be initialled by the person or persons signing the
tender.
17.4 Only one tender shall be submitted by each Tenderer. No Tenderer shall participate in the tender of
another for the same contract in any capacity whatsoever.

D. SUBMISSION OF TENDERS
IT 18. Not used.
IT 19. Not used.
19.1 Not used.
19.2 Not used.
19.3 The HMWSSB may, at its discretion, extend the dead line for submission of the tenders by issuing
an amendment in accordance with Clause IT 8, in which case all rights and obligations of the
HMWSSB and of the Tenderers which were previously subject to the original dead line shall
thereafter be subject to the new dead line as extended.
IT 20. Not used.
IT 21. Not used.
IT 22. Not used.
22.1 Not used.
22.2 Not used.
22.3 No tender may be withdrawn after the deadline for submission of tenders.
22.4 Withdrawal of a tender by a Tenderer during the interval between the deadline for submission of
tenders and the expiration of the period of tender validity specified in the Form of Tender shall result
in the forfeiture of the EMD pursuant to Clause IT14.

22.5 The technical bid will then be opened. The tender will be rejected and will not be opened if:
i)If there are any criminal cases pending.
ii)If the eligibility and qualification criteria are not in accordance with various Clauses of IT-3
and Clause-84, Part-II – Conditions of Particular Application.
iii) If the registration certificate of the contractor is not enclosed.
iv) If the Income Tax Certificate is not enclosed.
v) EMD is not enclosed
vi) If the GST Certificate along with returns/ clearance is not enclosed.
vii) If the Pan details is not enclosed.
viii) If the Affidavit as per tender document is not enclosed.
ix) If the Power of Attorney is not enclosed. If applicable.
x) If the history of criminal cases is not enclosed.
xi) If the record of arbitration & litigations is not enclosed.
xii) If List of Personnel bio data is not enclosed
xiii) If On hand work statement is not enclosed
xiv) If List of Critical equipment on non judicial stamp paper is not enclosedh
xv) Identification and financial data sheet is not enclosed.
xvi) If the bidder is not a manufacture of MS pipe, the tenderer must have the specific
MoU/Authorization with the Manufacturer of MS Pipes/MS Barrels for supply as per site
requirement Uploaded documents will only be considered for bid evaluation as per
[Link].6, of I&CAD Deptt., dated: 11-1-05.
xvii) The tenderer should note that the emergency leakage arresting works in the above
work has to be completed within the 24 hrs shut down period for which he has to
submit a declaration for completing the same on their letter head and he should have
24 hours shutdown experience in arresting the leakages/junction works.
xviii) The bidder shall mandatory pay the transaction fee to M/[Link] through the electronic
Payment Gateway through specified banks i.e. ICICI / HDFC payment gateways as per GO
[Link].13, dated: 5-7-2006 of IT&C Department.
xix) If any other documents as per NIT / Bid condition is not enclosed.
Any such conditions shall be minuted and the Price Bid shall not be opened.
TO BE CONFIDENTIAL
23.1 After the opening of tenders as per Clause IT 22, information relating to examination, clarification,
evaluation and comparison of tenders and recommendations, concerning the award of contract shall

TENDERER Chief General Manager(Engg)


Vol-I - 14 Transmission Circle, Hyderabad
not be disclosed to the Tenderers or any other persons not officially concerned with the process
until the award of the Contract to the successful Tenderer has been announced.

23.2 Any effort by any Tenderer to influence the officials of HMWSSB in the examination, clarification,
evaluation and comparison of tenders, and in any decisions concerning award of a contract, may
result in the rejection of the Tenderer’s tender.

IT 24. CLARIFICATION OF TENDERS

24.1 To assist in the examination, evaluation and comparison of the tenders, the CGM(E),[Link]/
Director(Tech.), HMWSSB may ask Tenderers individually for clarification of their tenders. The
request for clarification and response shall be in writing or by cable. However, no change in the
tender premium / discount or substance will be sought, offered or permitted by the HMWSSB,
during the evaluation of the tenders except as provided in IT 26.

IT 25. DETERMINATION OF RESPONSIVENESS


25.1 Not used.
25.2 For the purpose of the above Sub-clause, a substantially responsive tender is one in which the
premium does not exceed 5% of the estimated cost and/or which conforms to all the terms,
conditions and specifications of the Tender Documents without material deviation or reservation.
A material deviation or reservation is one which effects in any substantial way the scope, quality or
performance of the works, or which limits in any substantial way inconsistent with the Tender
Documents the rights of the HMWSSB or restricts the Tenderer’s obligations under the contract
and one in which the rectification of any such deviations or reservations would affect unfairly the
competitive position of any of the other Tenderer’s who have presented substantially responsive
tenders.
25.3 Any tender which is not substantially responsive to the requirements of the Tender Documents
would be rejected by the HMWSSB and may not subsequently be made responsive by the Tenderer
correcting or withdrawing the non-conforming deviation(s) or reservation(s).
IT 26. CHECKING FOR AND CORRECTION OF ERRORS
26.1 Tenders determined to be substantially responsive will be checked by the CGM(E),[Link],
HMWSSB for any discrepancy between the tender premium / discount in figures and in words.
Should any discrepancy be found the tender premium / discount in words will govern.

26.2 Any tender premium / discount that is found to be incorrect as described in the above Sub-clause
will be recorded and attested by the CGM(E),[Link], HMWSSB at the time of opening the
Cover-B (i.e. Price Bid). With the concurrence of the affected Tenderer, the corrected tender
premium / discount shall be considered binding. If the Tenderer does not accept the corrected
tender premium / discount, the tender will be rejected and the EMD will be forfeited.
IT 27. Not used.
IT 28. EVALUATION AND COMPARISON OF TENDERS
28.1 The HMWSSB will evaluate and compare only those tenders, which have been determined to be
substantially responsive to the requirements of the Tender Documents in accordance with Clause IT
25.
28.2 Comparison of the substantially responsive tenders by the HMWSSB shall comprise comparison of
the tender premium / discount for each tender following any corrections required as described in
Clause IT 26.

28.3 Evaluation of the tenders shall comprise an assessment of the impact of any material deviations or
reservations that may have been placed on any of the tenders which may affect the execution of the
works in the manner and/or the time specified, and their relationship to the tender premium /
discount offered. Such deviations or reservations will not be permitted, and such Tender shall be
rejected. Record of arbitration/Litigation shall also be taken into account at the time of evaluation
of Tenders.
28.4 Not Used.
28.5 While a discount of greater than 25% on the estimated cost of the works shall not disqualify any
tender the evaluation process will pay particular attention to the implications of such offers,

TENDERER Chief General Manager(Engg)


Vol-I - 15 Transmission Circle, Hyderabad
including the need for additional security money to be deposited as described in Clause IT 34
should the HMWSSB enter into a contract with a Tenderer submitting such a tender.

28.6 The Competent Authority shall initially verify the correctness of the qualification criteria and
certificates of the Tenderers submitting the three lowest conforming tenders. Attention shall be paid
to the statements of experience, the authenticated agreements of previous works executed, and the
histories of arbitration and litigation and the trend in growth of business.

28.7 At no time shall there be any negotiations at any level or any stage of the process which shall alter
in any way any of the tender premiums / discounts submitted.

IT 29. Not used


F. AWARD OF CONTRACT

IT 30. AWARD CRITERIA


30.1 Subject to Clause IT 31, the Chief General Manager (Engg),[Link] / Director (Tech.) / Tender
Committee of HMWSSB will award the contract to the Tenderer whose tender has been determined
to be qualified and substantially responsive to the Tender Documents and who has submitted the
best tender according to the comparison and evaluation process described in Clause IT 28.
Normally this shall be the substantially responsive Tenderer offering the lowest tender sum for Part
I of Schedule A, based on the tender premium / discount offered.

IT 31. DEPARTMENT’S / HMWSSB’S RIGHT TO ACCEPT ANY TENDER AND TO REJECT ANY
OR ALL TENDERS
31.1 Not withstanding Clause IT 30, the Chief General Manager(E),[Link] / Director (Tech.) /
Tender Committee of HMWSSB reserves the right to accept or reject any tender, and to annul the
tendering process and reject all tenders at any time prior to the award of Contract without thereby
incurring any liability to the affected Tenderer or Tenderers on the grounds of its action.

IT 32. NOTIFICATION OF AWARD


32.1 Prior to the expiration of the tender validity period prescribed in Clause IT 13 the Chief General
Manager (Engg),[Link], / Director (Tech.) of HMWSSB will notify the successful Tenderer
by fax, letter, or in some other written form, that his tender has been accepted. This letter
hereinafter and conditions of contract called “Letter of Acceptance”, will conform the tender
premium / discount which will apply to the works and a request to submit a security deposit to the
HMWSSB as specified in Clause IT 34.

32.2 The Letter of Acceptance will constitute notification of the intention to enter into a contract with
the Tenderer for the execution of the works.

32.3 As soon as the successful Tenderer submits the security deposit in accordance with the provisions
of Clause IT 34, and has signed the agreement the Chief General Manager (Engg),[Link],
HMWSSB will promptly return/discharge the EMD of the unsuccessful Tenderers.

IT 33. SIGNING OF AGREEMENT


33.1 At the same time as the Chief General Manager (Engg),[Link], HMWSSB notifies the
successful Tenderer that his tender has been accepted, the HMWSSB will send the Tenderer the
Form of Agreement, incorporating all the agreements between the parties provided in the Tendering
Document, and the Conditions of Contract, Schedules, Technical Specification and the Specified
Drawings.

33.2 Within 7 days of receipt of Form of Agreement, the successful Tenderer shall sign the Form and
return it to HMWSSB.

IT 34. SECURITY DEPOSIT AND WITHHELD AMOUNTS


34.1 Within 7 days of receipt of the Letter of Acceptance from the Chief General Manager (Engg),

TENDERER Chief General Manager(Engg)


Vol-I - 16 Transmission Circle, Hyderabad
[Link] / Director (Tech.), HMWSSB the successful Tenderer shall furnish the HMWSSB
Security Deposit in the form of crossed Demand Draft or a Bank Guarantee which shall be to the
value of two and half percent (12 months of the contract price valid for a total period of 14 months
i.e. period of completion of 12 months plus defect liability period of 2 months.

34.2 The Bank Guarantee shall be issued by any Scheduled Bank / Nationalized Bank located in India,
as chosen by the Tenderer.

34.3 Within 7 days of receipt of the letter of acceptance from the Chief General Manager (Engg.),
[Link] / Director (Tech.), HMWSSB, Hyderabad, if the tender of the successful Tenderer is
less by more than 25% of the estimated cost of the work to be executed, the Tenderer shall furnish
extra security deposit in the form of a Bank Guarantee or Demand Draft for the difference between
the tender amount and the 75% of the estimated value of the works.

34.4 The Security Deposit for the works shall be returned to the Contractor at the end of defects liability
period, subject to the satisfactory performance of the contract in all respects, less any dues owing
from the contract.

IT 35. Failure of the successful Tenderer to comply with the requirements of Clauses IT 33 or IT 34 shall
constitute sufficient grounds for the annulment of the award and forfeiture of the EMD.

IT 36. The attention of the bidder is drawn to all the GOs, bid conditions and specifications etc referred
under the tender documents which are of AP State Government and are subjected to the
modifications / changes as per the Government of Telangana orders as and when notified.

SECTION - III : CONDITIONS OF CONTRACT


PREFACE
The Conditions of Contract comprises two parts, namely:
Part I : General Conditions of Contract (Preliminary Specifications)
Part II : Conditions of Particular Application.

PART I : GENERAL CONDITIONS OF CONTRACT


The General Conditions of Contract which comprise Part -I are the same as the preliminary
specifications in Andhra Pradesh Standard Specifications, hereinafter called APSS.
A. PREFACE

1. Intent and reference to Andhra Pradesh Standard Specifications: It is intended by these Andhra
Pradesh Standard Specifications to describe.
a) the character of the materials to be used;
b) the method of execution of work; and
c) the contractor's responsibilities and liabilities to the public, Government, and his
Workmen and general contract conditions which are to be accepted by every contractor
who executes work entrusted to him by the Public Works Department of Andhra
Pradesh.
Wherever the term "Standard Specification”. or the abbreviation "A.P.S.S." is used in estimates or
contract documents, it shall refer to the relevant specification in the Andhra Pradesh Specification
book and its addenda volume

2. Applicability of the Andhra Pradesh Standard Specifications: It shall be unnecessary to include in


any contract documents a specification for any item of work, which is defined in the tender notice
or in the contract schedule of work to be done, by a standard specification number. The fact that
the item is defined as standard specification shall mean that the Contractor executes the work
according to such standard specification. Modified, as may be necessary by an addendum
specification for that particular item of work.

This preliminary specification shall apply to all agreements entered into by contractors with the
Public Works Department and shall form an inseparable condition of contract, and it shall not be

TENDERER Chief General Manager(Engg)


Vol-I - 17 Transmission Circle, Hyderabad
necessary to append a copy of the same to agreement.

3. Contractor to sign in the Divisional (or Sub-Divisional) copy of the A.P.S.S: Every contractor who
executes work for the Public Works Department shall carefully study the standard specification for
all items of work which are included in the schedule for work to be done as standard specifications
and his obligations under the "Preliminary Specification" which apply to all agreements, and he
shall sign in the Divisional office Copy of the A.P.S.S. (or the Sub-divisional copy if so arranged by
the General Manager(Engg.)) as evidence that he understands clearly the conditions of contract
governing his agreement and accepts the same.

It shall not be necessary for the contractor to sign the Divisional office copy of the A.P.S.S for
every contract awarded to him, but his signature therein will be evidence that he accepts the
conditions of contract (which includes the standard specifications) as detailed in the A.P.S.S for
contract into which he enters. It shall also be the contractor's responsibility by frequent perusal of
the Divisional office (or the Sub-Divisional office) copy to become conversant with sanctioned
alterations or additions made to the A.P.S.S. as soon as they are made. A separate volume of
addenda to the A.P.S.S. will be maintained in each Division (or Sub-Division office as the case may
be) in which will be entered all sanctioned corrections and additions. This must also be studied and
signed by every contractor before executing an agreement. Interleaving correction slips will not be
made for this purpose. The contractor should purchase a book of the A.P.S.S. for his reference
while executing work.

4. Term “Specification” apart from “Standard Specification”: Wherever the term “Specification” is
used in contract documents apart from “Standard Specification”, it shall mean the specification or
plan prepared for the particular item referred to in the document, for the instruction of the
contractor in executing that item of work.

5. Sub-specifications: Works of a similar nature having many common clauses in their specifications
are grouped under one specification number with a “General”, preface thereto, and the sub-
specifications are therefore given an alphabetical affix.

6. Addition and alterations to the standard specifications in the A.P.S.S.: Which do not involve legal
implications will be approved by the Director (Tech.) (General) in consultation with the other
Director(Tech.)s. The Government will approve additions and alterations to the preliminary
specifications and standard forms in the A.P.S.S.

7. Powers of Chief General Manager(Engg.)s and General Manager(Engg.)s to supplement or alter the
A.P.S.S: Superintending and General Manager(Engg.)s may alter the standard specifications for any
particular contract, which is within their respective powers of sanction -when such alteration is found
necessary, by attachment of a correction sheet to the contract form, bearing the standard specification
number, the corrections and the signature of the Superintending or the General Manager(Engg.) as
the case may be, together with the signature of the contractor. Similarly additional specifications for
items for which there are no standard specifications will be made by attachment to the contract
documents of addendum specification sheets bearing the signature of the contractor.

8. Definition of terms: Wherever the words defined in this clause or pronouns used in their stead occur
in contract documents (which include the A.P.S.S.), they shall have the meanings here given.
a) General Manager(Engg.): Wherever the term General Manager(Engg.) is used, it shall be
understood to refer the General Manager(Engg.) for the time being in charge of the concerned
work under execution or such other departmental assistants or subordinates to whom the
General Manager(Engg.) may have delegated certain duties, acting severally within the scope
of the particular duty entrusted to them.

b) No delegation by General Manager(Engg.), Chief General Manager(Engg.) or higher


authority which affects agreement: It is however, to be distinctly understood that the General
Manager(Engg.) or the Chief General Manager(Engg.) or the higher authority who is vested
with the powers of acceptance of the particular agreement under reference will make

TENDERER Chief General Manager(Engg)


Vol-I - 18 Transmission Circle, Hyderabad
delegation of powers to such assistants or subordinates which in any way affects the
agreement and its contract conditions when such agreement is to be or has been accepted by
the General Manager(Engg.) or by the other higher authority respectively. The duties of such
assistants or subordinates will be solely duties of supervision to ensure compliance with
contract conditions.

c) Contractor:: Wherever the term “Contractor" is used, it shall be understood to refer to the
particular person, firm or corporation with whom an agreement has been made by the General
Manager(Engg.) or higher authority as the case may be, for executing work defined in the
concerned agreement, and for purposes of instructions regarding compliance with contract
conditions, it shall include the contractor’s authorised agent, who is maintained on the work
by the contractor. When two or more contractors are engaged on installation or construction
work in the same vicinity, the General Manager(Engg.) shall be authorised to direct the
manner in which each shall conduct the work so far as it affects other contractors.
Note: The terms Sub-Divisional officer, Manager(Engg.), General Manager(Engg.), Chief
General Manager(Engg.) and Director(Tech.) used in the following clauses shall, where the
context so requires, be construed as including officers of the corresponding grade in the
Highways Department.

9. Evidence of experience: Tenderers shall, if required, present satisfactory evidence to the General
Manager(Engg.) that they have been regularly engaged in constructing such works as they propose to
execute and that they are fully prepared with the necessary capital, machinery and materials to begin
the work promptly and to conduct it as required by the A.P.S.S. and the other specifications for the
particular work tendered for, in the event of their tender being accepted.

10. Legal address-Notices- Tenderers should give in their tender, their place of residence and postal
address. The delivering at the above named place or posting in a post-box regularly maintained by the
Post Office Department or sending by letter registered for acknowledgement of any notice, letter or
other communication to the contractor shall be deemed sufficient service thereof upon the contractor
in writing as may be changed at any time by an instrument executed by the contractor and delivered
to the General Manager(Engg.).
Nothing contained in the agreement and its contract conditions shall be deemed to preclude or render
inoperative the service of any notice, letter, or other communication upon the contractor personally.

B. STATEMENT OF APPROXIMATE QUANTITIES IN SCHEDULE-A

11. Quantities approximate and contractor to verify the nature and amount of work: The quantities
mentioned in tender notices and given in agreement Schedule A are worked out from the relevant
drawings in a Public Works Department office and may or may not be the actual required for
execution. The General Manager(Engg.) does not expressly or by implication agree that the actual
amount of work to be done will correspond therewith but reserves the right to increase or decrease
the quantity of any class or portion of the work as he deems necessary. Provided there is no change
in the over all scope of the work.

Tenders must satisfy themselves by a personal examination of the site of the proposed work, by
examination of the plans and specifications and by other means as they prefer as to the accuracy
and sufficiency of quantities and all conditions affecting the work and shall not at any time after the
submission of their tender, dispute or complain of such statement of quantities nor assert that there
was any misunderstanding in regard to the nature or amount of the work to be done nor in
consequence apply for extension of time for completion beyond the agreement date.
12. Approximate not to mean deviation from drawings and specifications: This declaration of the
approximate nature of the statement of quantities in Schedule A does not, however, in any way
imply that the quantities will be increased for departure by the contractor from strict compliance
with sanctioned drawings and specifications to suit his own convenience or reduce his costs.

13. To compare tenders: The quantities in Schedule-A are given for a uniform comparison of lump-
sum tenders.

TENDERER Chief General Manager(Engg)


Vol-I - 19 Transmission Circle, Hyderabad
B. DRAWINGS AND SPECIFICATIONS

14. Purpose: The contract drawings if any read together with the contract specification are intended to
show and explain the manner of executing the work and to indicate the type and class of material to
be used.

15. Conformance:

a) The works shall be carried out in accordance with the directions and to the reasonable
satisfaction of the General Manager(Engg.), in accordance with the drawings and specifications
which form part of the contract and in accordance with such further drawings, details and
instructions, supplementing or explaining the same as may from time to time be given by the
General Manager(Engg.).

b) If the work shown on any such further drawings or details, or other work necessary to comply
with any such instructions, directions or explanations, be in the opinion of the contractor, of a
nature which the schedule rate in the contract does not legitimately cover, he shall before
proceeding with such work, give notice in writing to this effect to the General Manager(Engg.).
In the event of the General Manager(Engg.) and the contractor failing to agree as to whether or
not there is any excess rate to be fixed and the General Manager(Engg.) deciding that the
contractor is to carryout the said work, the contractor shall accordingly do so, and the question
whether or not there is any excess, and if so the amount thereof, shall, failing agreement, be
settled by an arbitrator as provided in the arbitration clause, unless the subject is one which is
left to the sole discretion of the General Manager(Engg.) under the clauses of this preliminary
specification, and the contractor shall be paid accordingly.
c) It shall be the responsibility of the contractor to give timely notice to the General
Manager(Engg.), regarding anything shown on the drawings and not mentioned in the
specifications, or mentioned in the specifications and not show on the drawings, or any error or
discrepancy in drawings or specifications and obtain his order thereon. Figured dimensions are
to be taken and not those obtained from scaling the drawings. In any discrepancy between
drawings and specifications, the latter shall prevail. In any such case or in case any feature of
the work is not fully described and set forth in the drawings and specifications, the
contractor shall forthwith apply to the General Manager(Engg.) for such further instructions,
drawings, or specifications as he requires, it being understood that the subject is to be dealt
with under building procedure of best modern practice. The General Manager(Engg.) will
furnish the further instructions, drawings, or specifications, if in his opinion, they are required
by competent workmen, for the proper execution of the work.
16. Variations by way of modifications, omissions or additions:
a) For all modifications, omissions from or additions to the drawings and specifications, the
General Manager(Engg.) will issue revised plans, or written instructions, or both and no
modification, omission or addition shall be made unless so authorised and directed by the
General Manager(Engg.) in writing.

b) The General Manager(Engg.) shall have the privilege of ordering modifications, omission or
additions at any time before the completion of the work and such order shall not operate to
annul those portions of the specifications with which said changes do not conflict.
17. Copies of drawings and specifications: One copy of the available drawings and specifications
for (apart from the A.P.S.S. a copy of which the contractor should purchase for his reference) shall
be furnished free of cost to the contractor for his own use. Such copies and copies of
supplementary details furnished by the General Manager(Engg.) shall be kept on the work until the
completion thereof, and the General Manager(Engg.) shall at all times have access to them.

18. Signed drawings - No authority to the contractor: No signed drawing shall be taken as in itself an
order for variation, unless either it is entered in the agreement schedule of drawings under proper
attestation of the contractor and the General Manager(Engg.), or unless it has been sent to the

TENDERER Chief General Manager(Engg)


Vol-I - 20 Transmission Circle, Hyderabad
contractor by the General Manager(Engg.) with a covering letter confirming that the drawing is an
authority for variation for the contract under reference.

19. Finished sizes: The whole of the specified or figured dimensions or drawings are to be finished
sizes, after dressing or planning or cutting, subject however to the condition that, unless marked
“net,” 1.5mm will be allowed for planning for each planed finished surface of wood work, when the
contractor is permitted to use carefully sawed market size cut scantlings. This allowance will only
be permitted in the case of sections 15mm thick or over. The figure dimensions of masonry walls
and reinforced concrete are exclusive of the thickness of plaster or skirting or cement or wall
linings, unless otherwise specifically stated.

D. MATERIALS AND WORKMANSHIP

20. To be the best quality: All materials, articles, and workmanship shall be the best of their
respective kinds for the class of work described in the contract specification and schedule, materials
being obtained from sources approved by the General Manager(Engg.). The word “best” as used in
these specifications shall mean, that in the opinion of the General Manager(Engg.) there is no
superior quality of material or finish of articles on the market and that there is no better class of
workmanship available for the nature of the particular item described in the contract schedule. The
contractor shall, upon the request of the General Manager(Engg.), furnish him with the vouchers to
prove that the materials are such as are specified.

Samples of materials shall be furnished at the contractor’s expense to the General Manager(Engg.)
when called for in the tender notice or ordered to be furnished by the General Manager(Engg.) prior
to execution of any work.

21. Conventions for proportions: Wherever the proportions are written by figures without further
description and there the meaning is otherwise clear as to which figures is intended to apply to each
material, then the usual conventions will be understood to apply:
For example:
1:2 means 1 lime (or cement in accordance with the context) and 2 sand;
[Link] means 1 lime (or cement in accordance with the context), 2 sand, and 4 broken stone (or other
aggregate in accordance with the context).
22. Measurement and mixing: In the case of loose materials such as lime, sand, cement broken stone,
surki, mortar, etc., the proportions demanded by the specifications must be measured in properly
constructed measuring boxes, or in such other manner as shall be instructed by the General
Manager(Engg.). Measurement is not to be done in loose heaps when intimate mixtures such as
mortar, concrete, etc., are to be formed. The mixing must always be done on closely constructed
platforms so that there will be no leakage of any of the materials through the floor of the platform and
also so that no foreign material can be incorporated during the mixing. These platforms must be
approved by the General Manager(Engg.). The cost of such measuring boxes and platforms and all
the work referred to herein shall be borne by the contractor.
23. Data: The materials and labour utilised in the execution of work by the contractor shall not be less
than that given in the A.P. P.W.D. standard data for the relevant item.

24. Layout of material 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 General Manager(Engg.). He shall submit, for
the approval of the General Manager(Engg.), before starting work, a detailed site survey clearly
indicating positions and areas where materials shall be stacked and sheds built.

25. Source of purchase of materials and stores: The General Manager(Engg.) shall, during the progress
of the work, have power to cause the contractor to purchase and use such materials, or supplies from
Government brick-fields, stores or other sources as may be specified in the contract, for the purpose
therein specified.

26. Contractor liable for materials supplied by Government: The contractor shall be responsible for all
material and other articles and things which may be supplied by Government from the time he takes

TENDERER Chief General Manager(Engg)


Vol-I - 21 Transmission Circle, Hyderabad
delivery thereof and shall use them only for the purposes of this contract and shall make good any
loss, damage, wastage or undue wear and tear that may take place from whatever cause and pay to
Government for such loss, damage, wastage or undue wear and tear such sum as the General
Manager(Engg.) may determine.

27. Test inspection and rejection of defective material and work:

a) The contractor shall provide proper facilities at all times, for the testing of materials, and
inspection of the work by the General Manager(Engg.), and the General Manager(Engg.) shall
accordingly also have access at all times to the place of storage or manufacture where materials
are being made for use under the contract to determine that manufacture is proceeding in
accordance with the drawings and specifications.

b) The contractor shall, upon demand, also forward for the General Manager(Engg.)’s inspection,
test certificates supplied by the vendors, when he is purchasing consignments of cement, steel
and other materials in respect of which such certificates are usually available.

c) The General Manager(Engg.) shall have power to reject at any stage, any work which he
considers to be defective in quality of material or workmanship and he shall not be debarred
from rejecting wrought materials by reason of his having previously passed them in an un-
worked condition. Any portion of the work or materials rejected or pronounced to be inferior
or not in accordance with the drawings and specifications, shall be taken down and removed
from the work-site at the contractor’s expense, within 24 hours after written instructions to that
affect have been given by the General Manager(Engg.). Replacement shall at once be made in
accordance with the specifications and drawings, at the contractor’s expense.

In case of default on the part of the contractor to carry out such orders, the General
Manager(Engg.) shall have power to employ and pay other persons to carry out the orders at
the contractor’s risk and all expenses consequent thereon and incidental thereto shall be borne
by the Contractor. In lieu of rejecting work not done in accordance with the contract, the
General Manager(Engg.) may allow such work to remain, and in that case shall make such
allowance for the difference in value, as in his opinion may be reasonable.

d) Works opened for inspections: The contractor shall at the request of the General
Manager(Engg.), within such time as the General Manager(Engg.) shall name, open for
inspection any work covered up; and should the contractor refuse or neglect to comply with
such a request, the General Manager(Engg.) may employ workmen to open up the same. If the
said work has been covered up in contravention of the General Manager(Engg.)’s instructions,
or if on being opened up, it be found not in accordance with the drawings and specifications or
the written instructions of the General Manager(Engg.), the expenses of opening it and
covering it up again, whether done by the contractor or such other workmen, shall be borne by,
or recovered from the contractor. If the work has not been covered up in contravention of such
instructions, or if on being opened up it be found to be in accordance with the drawings and
specifications or the written instruction of the General Manager(Engg.), then the expense
aforesaid shall be borne by the Government and shall be added to the contract sum, provided
always that in the case or foundations,

or any other urgent work so opened up and requiring immediate attention, the General
Manager(Engg.) shall, within reasonable time after the receipt of a notice from the contractor
that the work has been so opened, make or cause the inspection thereof to be made, and at the
expiration of such time if such inspection shall not have been made, the contractor may cover
up the same, and shall not be required to open it up again for inspection except at the expense
of Government.

28. Defects, shrinkage, etc., after completion: Any defects, shrinkage or other faults which may appear
within six months from the completion of the works arising, in the opinion of the General
Manager(Engg.), from faulty materials or workmanship not in accordance with the drawings and

TENDERER Chief General Manager(Engg)


Vol-I - 22 Transmission Circle, Hyderabad
specifications or the instructions to the General Manager(Engg.), shall, upon the directions in
writing of the General Manager(Engg.), and within such reasonable time as shall be specified
therein, be amended and made good by the contractor at his own cost, unless the General
Manager(Engg.) shall decide that the contractor ought to be paid for the same at the rates agreed or
such reduced or other rates as the General Manager(Engg.) may fix and incase of default, the
General Manager(Engg.) may employ and pay other persons to amend and make good such
defects, shrinkage or other faults or damage, and all expense consequent thereon and incidental
thereto shall be borne by the contractor.

In the event of Government taking over portions of the works as and when they are completed, the
liability of the contractor shall be limited to the period of six months from the date of taking over
the portion or portions of work, provided that the portion or portions taken over has no connection
with the remaining portions of the main work and is independent of it.

29. General Manager(Engg.)’s decision: To prevent disputes and litigation, it shall be accepted as in
inseparable part of the contract that in matters regarding materials, workmanship, removal of
improper work, interpretation of the contract drawings and contract specifications, mode of
procedure, and the carrying out of the work, the decision of the General Manager(Engg.) shall be
final and binding on the contractor, and in any technical question which may arise touching the
contract, the General Manager(Engg.)’s decision shall be final and conclusive. In the case of any
difference between General Manager(Engg.) and contractor on matters regarding materials,
workmanship, removal of improper work, interpretation of contract drawings and contract
specifications, mode of procedure and the carrying out of the work, the contractor shall have a right
of appeal to the next higher authority viz., the Chief General Manager(Engg.) of the circle, and the
decision of the latter shall be final and conclusive.

30. Dismissal of Workmen: The contractor shall, on the request of the General Manager(Engg.),
immediately dismiss from the works any person employed thereon who may, in the opinion of the
General Manager(Engg.), be incompetent or misconduct himself, and such person shall not be again
employed on the works without the written permission of the General Manager(Engg.), but the
contractor may appeal to the Chief General Manager(Engg.) of the circle against such dismissal.

31. Contractor’s maistri or agent and Contractor’s staff: The contractor shall, in his own absence keep
constantly on the works a competent maistri or agent, and any directions or explanations given by
the General Manager(Engg.) or his representatives to such maistri or agent shall be held to have
been given to the contractor. The Contractor shall further provide all staff which is necessary for the
supervision execution and measurement of the work to ensure full compliance with the terms of the
contract.

32. Government maistries or agents: The Government may be represented on the works by an agent,
clerk of the works, or maistri who is not borne on the official list of officers and subordinates of the
Public Works Department. He (if appointed) shall, in the absence of the General Manager(Engg.),
furnish the contractor with the General Manager(Engg.)’s or his representative’s instructions and
directions as to the progress and execution of the works and the contractor shall duly comply with
such instructions and directions and shall, on the written requisition of the maistri, clerk of works or
agent, stay the further progress of any portion of the works which in his judgement is being
constructed with unsound or improper materials or workmanship, until the opinion and
determination of the General Manager(Engg.) shall be obtained thereon, but such maistri, clerk of
works or agent, is to have no power whatever to order any extra works or deviation from the
specifications and drawings.

E. INCLUDED IN THE CONTRACT RATES


The items mentioned in this section ‘E’ are to be provided by the contractor and are therefore to be
allowed for in his contract rates for the various items of work in the contract schedule, not
withstanding any contrary mamul procedure claimed by the contractor, unless there are definite
superseding instructions in the specifications relating to the contract in question.

TENDERER Chief General Manager(Engg)


Vol-I - 23 Transmission Circle, Hyderabad
33. Defining contract schedule rates: The rate entered in a contract schedule for any class of work shall
be for finished work in situ and shall include all contingent expenses whether direct construction
expenses involved in the building in place in accordance with the drawings and specifications, or
whether they be expenses imposed by an outside authority such as a local body. Such contingent
expenses shall not entitle the contractor to claim an extra in respect thereof.

34. Carriage: (a) Rates for finished work shall always include the cost of conveyance and all leads,
lifts, loading, unloading and stacking in the manner and at the place ordered by the officer in
immediate charge of the work, unless circumstances necessitate provision for a separate schedule
item, in which case such will be specified in the tender notice or schedule. When materials are
supplied by Government, the place of supply shall be specified in the Descriptive Specification
Sheet mentioned in the Tender Notice and no extra payment will be made for conveyance, leads
lifts, loading, unloading or stacking. If the place of supply is not so specified, the parties intending
to tender should obtain the information from the General Manager(Engg.) before tendering.
Otherwise, the absence of information in regard to place of supply will not entitle the contract to
any extra payment.

(b) Wherever the term “carriage” or “conveyance” is used in a schedule item, it shall, in the
absence of other schedule provision or modifying description in the specification, be taken to
include all leads, lifts, loading, unloading and stacking in uniform stacks to the satisfaction of
the General Manager(Engg.), with careful attention to close packing in the case of materials
which are to be measured in stacks as a basis of payment for finished work.

Note: In the case of important leads and lifts as may occur in River Conservancy and other such works,
where lifts over flood banks and long leads may be involved, it is usual to make separate schedule
item provision with a specification defining the exact work to be done for each tendered rate.
Payment for carriage will ordinarily be by bulk or weight at a mileage rate between specified places
and on the basis of the method adopted in the standard schedule of rates for carriage of materials.
The distance will be measured by the nearest practicable and cheap route whether metalled or
unmetalled road or cart-track.

(c) When carts or vehicles of any sort are engaged by the day, the quantity of material to be
conveyed, the distance to be travelled and the number of trips to be made shall, if he considers
it necessary, be fixed by the General Manager(Engg.).
(d) The contractor is responsible for making good all loss in transporting materials entrusted to
him or his agents, whether caused by wastage, breakage, theft, or any other cause.
(e) No payment shall, in any case, be made for the return trip with carts empty. Where there are
loads also for the return trip, the agreement rates should allow for the reduced cost thereby on
each set of materials so conveyed.

35. Construction Plant: The contractor shall include in his tendered price, and shall provide and install
all necessary construction plant and shall use such methods and appliances for the performance of
all the operations connected with the work embraced under the contract as will secure a satisfactory
quality of work and rate of progress which, in the opinion of the General Manager(Engg.), will
ensure the completion of the work within the time specified. If at any time before the
commencement, or during the progress of the work, or any part of it, such methods or appliances
appear to the General Manager(Engg.) to be insufficient or inappropriate for securing the quality of
the work required, or the said rate of progress, he may order the contractor to increase their
efficiency, or to improve their character, and the contractor shall comply with such orders; but the
failure of the General Manager(Engg.) to demand such increase of efficiency or improvement shall
not relieve the contractor from his obligation to secure the quality of work and the rate of progress
required by the contract, and the contractor alone shall be responsible for the efficiency and safety
of his plant, appliances and methods.

If the department intends to supply any tools and plant to the contractor on hire, the details of such
tools and plant, the hire charges leviable and the terms of hiring them should invariably be specified
in the tender schedules and in the agreement, and the same should not be varied during the contract

TENDERER Chief General Manager(Engg)


Vol-I - 24 Transmission Circle, Hyderabad
period. If, however, the department is not able to supply any of the tools and plant indicated in the
agreement, the contractor shall claim no compensation but can only claim reasonable extension of
contract time. If any other tools and plant, that are available with the department but are not
indicated in the agreement, are supplied to the contractor during the course of the work, the hire
charges and conditions of hire prevailing in the department at the time of actual supply shall be
applicable.

36. Scaffolding instructions: All requisite scaffolding shall be provided at the contractor’s'’ expense
and shall be double, i.e., it must have two sets of upright supports. Care must be taken to ensure
the safety of the work people and the contractor must comply with such instructions as the General
Manager(Engg.) may issue to ensure such safety. The contractor will be entirely responsible for
any damage or injuries to persons or property resulting from ill- erected scaffolding, defective
ladders, or otherwise arising out of his default in this respect.

37. Temporary structures: The contractor shall erect and maintain at his own cost temporary weather-
proof sheds at such places and in a manner approved by the General Manager(Engg.) for keeping
materials under cover. The contractor shall also provide and maintain at his own expense such
temporary fences, guards bridges and roads as may be necessary for the execution of his contract
work or for safeguarding or accommodating the public. If the General Manager(Engg.) shall order
any departure from any arrangements made by the contractor, the contractor shall comply with such
orders as the General Manager(Engg.) may issue to safeguard or accommodate the public. Sheds
for housing workmen shall be provided at the contractor’s expense, if in the opinion of the General
Manager(Engg.) such are necessary or desirable.

38. Water and lighting: The contractor shall pay fees and provide water and light as required from
Municipal mains or other sources, and shall pay all charges therefor (including storage tanks,
meters, etc.,) for the use of the works and workmen, unless otherwise arranged and decided on, in
writing, with the General Manager(Engg.). The water for the works shall be, so far as practicable,
free from earthy vegetable, or organic matter, and from salts or other substances likely to interfere
with the setting of mortar or otherwise prove harmful to the work.
39. Latrines for work people: The contractor shall provide and erect, prior to the commencement of
work, sufficient latrines for the use of the workpeople, male and female, and shall keep the same
disinfected and clean at all times during the progress of the works, and shall remove the same,
disinfect the ground and make good all damage on the completion of the work.
40. Sun protection, keeping dry and pumping: The contractor shall at his own expense arrange all
requisite protection of the work and materials against sun or rain effects and shall keep all portions
of the work free from water to the satisfaction of the General Manager(Engg.) and shall use his own
plant for the purpose, unless otherwise specifically provided in the contract specifications.

41. Tolls and Seignorage : The contractor shall, unless otherwise specially stated in the tender notice
and subsequently on this basis in the contract be responsible for the payment wherever payable of
all import duties, tolls, octroi duties, seignorages, quarry fees etc., on all materials and articles that
he may use.

The contractor shall be solely responsible for the payment of sales tax under the provisions of the
Andhra Pradesh General Sales Tax Act, as in force for the time being and the rates for the various
items of work shall remain unaffected by any change that may be made from time to time in the rate
at which such tax is payable.

Notwithstanding anything contained in section 10 of the Indian tariff Act of 1894 the rates for items
involving the use or supply of articles obtained by the contractor from outside India shall remain
unaffected by any changes that may be introduced in the Customs duties.
Note: For works carried out on behalf of the Government of India seignorage fees, etc., referred to in
this clause will have to be levied in every case.
42. Setting out works: The contractor shall be responsible for the correct setting out of all works,
providing at his own cost all labour, materials, and staff required for so doing.

TENDERER Chief General Manager(Engg)


Vol-I - 25 Transmission Circle, Hyderabad
43. Cleaning up during progress and for delivery: All rubbish shall be burnt or removed from the site
as it accumulates. All floors, stairs, landings, doors, windows, surface and soil drains shall be
cleaned down and put in a thoroughly complete, clean sound and workman like state to the
satisfaction of the General Manager(Engg.) before the work is finally handed over, all rubbish and
surplus materials not required by the General Manager(Engg.) having first been removed by the
contractor. The contractor shall give notice in writing to the General Manager(Engg.) when the
work is so ready to be handed over, and shall be responsible for its maintenance until it is taken
over by the General Manager(Engg.). The General Manager(Engg.) should take over the work
within one month of such notice from the Contractor, if the work has been satisfactorily completed
in terms of the agreement.
F. RESPONSIBILITIES AND LIABILITIES OF THE CONTRACTOR
Explanation: This section sets forth some responsibilities which the contractor shall assume in
addition to those mentioned in other sections of this “Preliminary Specification” – under every
contract which he enters into, with the Andhra Pradesh Public Works Department and he should
therefore calculate his unit prices for schedule items of work accordingly.

44. Observance of laws – Local regulations and notices – Attachments: The Contractor shall conform
to the regulations and bye-laws of any local authority and/or of any water or lighting companies
with whose systems the structure is proposed to be connected and shall, before making any
variations from the drawings or specification that may be necessitated by so conforming, give to the
General Manager(Engg.) written notice, specifying the variations proposed to be made and the
reasons for making them, and apply for instructions thereon. In case, the contractor shall not
receive such instructions within seven days, he shall proceed with the work, conforming to the
provision; regulation or bylaw in question; and any variations in the drawings or specifications so
necessitated shall be dealt with under clause 63. The contractor shall give all notices required by
the said Acts, regulations or bye-laws and pay all fees in connection therewith,

unless otherwise arranged and decided on in writing with the General Manager(Engg.). He shall
also ensure that no attachments are made against materials or work forming part of or for the use of
the contract. In every case referred to in this clause, the contractor shall protect and indemnify
Government against any claim or liability arising from or based on the violation of any such law,
ordinance, regulation, order, decree, or attachment, whether by himself or by his employees.
45. Accidents-Hoarding, Lighting Observations – Watchmen:
(a) When excavations have been made or obstacles have been put in public thorough fares or in
places where there is any likelihood of accidents, the contractors shall comply with any
requirement of law on the subject, and shall provide suitable hoarding, lighting and watchmen
as necessary.

(b) It shall be the contractor’s sole responsibility to protect the public and his employees against
accident from any cause and he shall indemnify Government against any claims for damages
for injury to person or property, resulting, from any such accidents; and shall where the
provisions of the Workmen’s Compensation Act apply, take steps to properly insure against
any claims thereunder.

(c) On the occurrence of an accident which results in the death of any of the workmen employed
by the contractor or which is so serious as to be likely to result in the death of any such
workmen, the contractor shall, within 24 hours of the happening of such accident, intimate in
writing to the concerned Section Officer of the Public Works Department, the fact of such
accident. The contractor shall indemnify Government against all loss or damage sustained by
Government resulting directly or indirectly from his failure to give intimation in the manner
aforesaid including the penalties or fines if any payable by Government as a consequence of
Government’s failure to give notice under the Workmen’s Compensation Act or otherwise
confirm to the provisions of the said Act in regard to such accident.

(d) In the event of an accident in respect of which compensation may become payable under the
Workmen’s Compensation Act VIII of 1923 whether by the contractor or by the Government
as principal it shall be lawful for the General Manager(Engg.) to retain out of monies due and

TENDERER Chief General Manager(Engg)


Vol-I - 26 Transmission Circle, Hyderabad
payable to the contractor such sum or sums of money as may in the opinion of the said General
Manager(Engg.), be sufficient to meet such liability. The opinion of the General
Manager(Engg.) shall be final in regard to all matters arising under this clause.

46. Blasting: Blasting executed by contractors in connection with Government works shall be carried
out in the manner described under “Blasting operation – Instructions to contractors” of the A.P.S.S.

47. Protections of adjoining and existing premises: The contractor is to protect the whole of the
adjoining and, where necessary, the existing premises, and all works and all fittings to all buildings
on and adjoining the site against structural and decorative damage caused by the execution of these
works and make good in all respects all such damage done or occurring to the same, and leave such
reinstatement in perfect order. He is also to make good any damage done in the execution of the
work to existing public or private footways or roadways.

48. Permit other Workmen-Co-operation-Afford facilities: The General Manager(Engg.) shall have full
power to send workmen upon the premises to execute fittings and other works not included in the
contract, for whose operations the contractor is to afford every reasonable facility during ordinary
working hours, provided that such operations shall be carried on in such a manner as not to impede
the progress of the work included in the contract, but the contractor is not to be responsible for any
damage which may happen to or be occasioned by any such fittings or other works, provided he
complies with the General Manager(Engg.)’s instructions in connection therewith, and provided
that the damage is not caused by himself or his workmen.

The contractor shall, to all times, co-operate, assist, attend on, and afford facilities for such
specialist as may be employed by the General Manager(Engg.) on other works in connection with
the building, allowing them, free of charge, the use of all plant, light and water installed in the
works. The contractor shall also cause such special work or protect it as instructed to avoid injury
during progress of the works. For failure so to protect, the contractor must make good any damage
caused.

49. Holes for water service, gas, electrical, and Sanitary fittings: The contractor shall leave all holes
in masonry and floors for the insertion of water services, gas, and electrical connections and
sanitary fittings in the exact positions indicated by the General Manager(Engg.) during the progress
of the work. These holes must be properly built up, in a workman like manner, at the contractor’s
cost, as soon as the fittings have been installed, in cases where the installations are made during the
construction of the building and where, in the opinion of the General Manager(Engg.), delays in
settlement of accounts will not thereby occur.

50. Contractor’s risk and insurance: The work executed by the contractor under the contract shall be
maintained at the contractor’s risk until the work is taken over by the General Manager(Engg.).
The contractor shall accordingly arrange his own insurance against fire and other usual risks during
such period unless otherwise specified:

Provided however that the contractor shall not be liable for all or any loss or damage occasioned by
or arising out of acts of God, and in particular unprecedented flood volcanic eruption, earthquake or
other convulsion of nature, invasion, the act of foreign enemies’ hostilities or warlike operations
(before or after declaration of war) rebellion, military or usurped power.

51. Holidays: No work shall be done in Sundays without the written permission of the General
Manager(Engg.) or of the officer in charge of the work, and contractor shall comply with the
provisions of the Factory Act, if and so far as the same are applicable.

. SAFETY REQUIREMENTS
(During Construction & MoM Period)

Safety & Precautionary measures to be taken at work sites


Deep Excavation / Barricading the Project Site:

TENDERER Chief General Manager(Engg)


Vol-I - 27 Transmission Circle, Hyderabad
- Barricading shall be provide with minimum 1.5 m height from ground level, around the
periphery of all construction sites.
- Barricading shall be firmly tied horizontally and securely anchored to ground vertically.
- Barricading sheets shall be continuous and maintained without any gaps.
- Proper means of access by providing ladder shall be ensured In all tranches and
excavation. Ladder shall be extended from bottom of trench to at least one meter above
Ground surface.
- Sides of a trench that is 1.5m or more in depth shall be stepped back to give suitable
slope or securely held by timber bracings so as to avoid the danger of sides collapsing.
- While person working at edge of the excavated pit, safety belt to be worn.
- Excavated soil shall not be dumped within 1.5 m of edge of trench or half the depth of
trench whichever is greater
- Safety procedures for the operation of excavation and grading equipment(such as the
safe distance from excavations) shall be followed.
- Hand / Mechanical signals shall be used.
- Radium stickers shall be provided adequately on top and bottom of barricades to caution
the road users during night.
- LED lighting over barricades shall be provided to ensure proper visibility of barricading
during night.
- Wherever openings in barricading are provided for construction vehicular movements,
such openings shall be properly guarded round the clock. If not guarded, barricading
closing shall be firmly fixed to ground which shall be immovable.
- Construction site shall be strictly prohibited for access to outsiders and efforts shall be
made to see that hawkers shall be shifted from the work zones with the help of traffic
police from traffic safety considerations.

Traffic Signages:
Advance cautionary sign boards at regular intervals shall be provided from minimum of
100m ahead of the work site to warn the road users about the construction activity.
Caution signs such as “Road Works Ahead”, “Deep Excavation in Progress ", “Narrow
road width", Hazard markers and Speed limit sign etc shall be provided adequately along
the construction sites.
In order to reduce the speed. physical measures such as speed breakers or raised rumble
strip markings shall be adopted in the work zones after careful assessment of needs and
most appropriate locations in consultation with ULB and traffic
Micro prismatic retro reflective signs shall be provided at construction sites al all
Vulnerable locations

Working at Height:
Full body harness and personal fall arrest system shall be adopted.
Safety net systems shall be adopted.
Scaffolding without working platform and guardrail system shall not be permitted.
The design of ladder shall conform to IS:1977.
Ladders used to gain access to roof or other areas shall be extended least one meter the
above the point of support
Sectional ladders over 9.5m length shall not be used.
Metal ladders shall never be used near electrical equipment.

4) Illumination:
- Illumination shall be adequately provided at work sites during night time even if No
activity at site, Including at entry and exit points to work sites.
- Temporary lighting arrangements shall be made for entire construction period to provide
adequate illumination to road users adjacent to construction site at all locations.
Alternately, Electricity generator set shall be made available for power cuts and wherever
connection from electric lines is not possible.

5) Security:

TENDERER Chief General Manager(Engg)


Vol-I - 28 Transmission Circle, Hyderabad
- Security personnel and safety supervisors shall be deployed adequately in three shifts
round the clock) and at each work sites.
- Adequate training shall be provided to the security personnel and other concerned
ground level construction safety staff to ensure strict vigilance and safety in all project
sites.
- 24 hours watch and ward shaft be provided at the construction site. Marshalling torches
shall be provided to security personnel during night.
- CCTV Cameras Including night vision and its monitoring mechanism shall be installed at
all grade separator junctions covering the entire project site and in all project sites.
- Flagmen shall be deployed for unprotected traffic lanes. Flagmen shall be provided with
hand signaling devices such as flags, sign paddles.

6) Blinkers
- Blinkers shall be provided adequately on top edge of barricades to caution the road users
during night.

Work Front:
- Construction activity shall be taken up part by part based on the construction
programme.
- Construction activity, in already excavated portions, shall be taken up and completed on
top priority and further excavations shaft be made thereafter.
- No work shall be stopped for long time at excavation level.

Safety Consultant/Supervisors
Apart from the above measures. Safety Consultant services, if needed, shall be taken at
regular intervals i.e., once in a month to identify and resolve the safety issues at site.
Safety supervisor shall be available round the clock to ensure implementation of safety
measures along the project site and also during construction related activities.

General:
As far as possible, efforts shall be made to avoid accidents. In case of unforeseen
incidents/accidents happen, the same shall be brought to the notice of officials / officers
concerned immediately to avoid communication gap and other concerned authorities for
taking necessary rescue operations without any delay.
Utmost care shall be taken to ensure the safety at project sites in urban conditions to avoid
any untoward incidents at all the project/work sites, Cross roads along the project site shall
be provided, with proper safety arrangements to have safe access to main roads.
Methodology for ensuring site specific safety measures on work sites shall be drafted
mutually by all parties concerned and involved in the project and shall be strictly adopted
on all work sites. Based on this methodology a checklist shall be prepared and safety
across all sites shall be monitored on daily basis.

IS Codes for Safety Practices:

IS.3764- 1992 Excavation work Code of safety


IS:3696 Safety code for Scaffolds and ladders (Parts I & II)
IRC SP:55-2014 i.e. Guidelines on Traffic Management in Work Zones
IS SP : 70 – 20021 Handbook on Construction Safety Practices
IS: 13416.1 - 1992, IS: 13416.2 - 1992, IS: 13416.3 – 1994
Construction Safety Manual

11) PRECAUTIONARY MEASURES TO BE ADOPTED:

i) Gas Masks:
1) General purpose gas masks are used for respiratory protection from low and
moderately high concentrations of all types of toxic gases and vapours present in the

TENDERER Chief General Manager(Engg)


Vol-I - 29 Transmission Circle, Hyderabad
atmosphere in which there is sufficient oxygen to support life.

2) Masks afford necessary respiratory protection under many circumstances but it is


most important to know the limitations of the various types available and to be
familiar with their use.

3) Even when masks are used properly, other precautions such as never using open
flames or creating sparks in the presence of inflammable gases must be taken.

4) The General purpose gas masks affords protection against organic vapours, acid
gases, carbon monoxide upto 2 percent concentration, toxic dusts, fumes & smoke.
5) The gas mask consists of a free piece, a canister containing purifying chemicals, a
timer for showing duration of service and a harness for support. Protection against
specific contaminants can be achieved by the selection of appropriate canisters.

6) Persons using gas masks should practice regularly with them in order to become
proficient in putting them on quickly and breathing through them.

7) Gas masks cannot be used in oxygen deficient atmospheres, in unventilated locations


or areas where large concentrations of poisonous gases exist.

ii) Breathing Apparatus:

This is designed for respiratory protection from atmosphere that contains very high
concentrations of toxic gases and vapours or that are deficient in oxygen. It fully protects
a worker against all gases, vapors, dusts, fumes, smokes and oxygen deficiencies and can
be safely used in petroleum vapours and is the most dependable device for work in
atmospheres normally encountered in sewage works.

iii) Air Hose Respirator:

This is used where a source of fresh air is available within a distance of 50 M from the
working location. It is essential that the supply of air is obtained from an uncontaminated
source.

It consists of a mask which is tight fitting face piece attached to a large diameter flexible
hose, breathing tubes and a harness fresh air is blown to the mask through either a power
operated or a hand operated blower. An inhalation check valve in the breathing tube
assembly and exhalation valve in the face piece permit air flow only in one direction from
the source to the mask, when the blower is in operation. Exhaled air is released into the
surrounding atmosphere through the exhalation valve. The valve arrangements permits the
nearer to breathe directly through the hose in the event of blower failure. The maximum
length of hose will be about 50 Mts. The hose, being of large diameter, permits breathing
without excessive resistance in the event of blower failure. A special pressure release
valve on the blower permits regulation of air delivery and a fresh air by pass valve
functions automatically in the event of blower failure permitting the wearer to breathe
directly through the hose. When a hand operated blower is used the operator will be
available to attend to any emergent situation also. This apparatus does not depend on
chemical and may be used over extended periods at low costs.

Purified air is used where a source of fresh air is not available within 50 Mts to permit the
use of an air hose respirator or in situations where an air hose would encumber the worker.

TENDERER Chief General Manager(Engg)


Vol-I - 30 Transmission Circle, Hyderabad
iv) Portable Lighting Equipment:

The equipment normally used are portable electric hand lamps of permissible types,
electric hand lamps and explosion proof flash lights.

v) Non Sparking Tools:

These are made of an alloy containing at least 80 percent of copper) that will not spark
when struck against other objects and metals and retains the necessary strength and
resistance to wear.

vi) Portable Air Blowers:

Forced ventilation of manholes, pits and tanks can be provided by portable air blowers.
Special precautions should be taken to ensure that the blowers do not serve as a source of
ignition for inflammable gases. Such precautions shall include placing of the blower
upwind from the manhole or at right angles to the wind direction and at least 2 M away
from the opening. The use of such equipment requires a consideration of the depth of the
manholes size of enclosure and the number of openings to uncontaminated atmosphere.
Trailer mounted blower having a capacity of 210 Cum/Min can ventilate easily many
meters of medium sized sewers.

vii) Safety Belt:

This consists of a body belt with a buckle and a shoulder harness. The lifeline is of high
grade spliced manila rope, nylon rope or a steel cable anchored with rings on each side of
the belt and provided with safety straps for anchoring or securing to stable support. The
lifeline should be about 15 Mt in length and the overall assembly should be capable of
with standing a tensile load of 2000 Kg. The safety belt and life line should be tested by
lifting the wearer clear of ground before each days use.

viii) Inhalators:

Approved inhalators employing a mixture of oxygen and carbon dioxide are used for
resuscitating victims of gas collapse, drowning or electric shock. Artificial respiration
should be started at once on the patient and an inhalator face piece attached to the victims
mouth as soon as the equipment can be made ready. The carbon dioxide used in small
percentages stimulates deep breathing so that more oxygen may be inhaled. Pure oxygen
should be used only when irritant gases such as hydrogen sulphide or chlorine have caused
the victims collapse.

ix) Diver Suit:


A good quality diver suit should be provided to the diver whose services are very
necessary while plugging the sewer line or removal of same hard blockage due to stone
etc., at the mouth of the pipe in the manholes. Depending up on the site condition, suit
should have provision to connect an airline with compressor or oxygen cylinder.

x) Hazards:

Personnel engaged in construction operation and maintenance of sewerage systems are


exposed to different types of occupational hazards like injuries, injuries caused by

TENDERER Chief General Manager(Engg)


Vol-I - 31 Transmission Circle, Hyderabad
chemicals and radio active wastes, infections caused by pathogenic organisms in sewage
and dangers inherent with explosive or noxious vapours and oxygen deficiency.

The health and safety of personnel can be safe guarded to a great extent by taking the
likely hazards into consideration at the time of designing the sewers, sewer appurtenances
and pumping stations etc., Hazards which are still possible in spite of due consideration
being given at the design stages, can be reduced by use of safety equipment and
precautions appropriate for each hazardous condition. Finally to guard against human
error and carelessness, proper job instructions and adequate effective supervision by
competent personnel are most essential.

Simple asphyxiates are the physiologically inert gases like nitrogen, carbon dioxide,
methane and hydrogen which when breathed in high concentrations act mechanically by
excluding oxygen.

Combustible vapours will burn as long as they are in contact with flame, spark or a heated
material.

xi) Precautions:

1) Traffic Control:
a) Place easily readable and clear warning signs well a head of work area.
b) Fence off adequate space around the manhole for placing equipment and deposition of
silt removed.
c) Place barricades or signs to canalize the traffic, if possible.
d) Vehicles can be parked between the traffic and the work area.
e) Use a flagman at the two ends for controlling of traffic from each direction and to avoid
a traffic jam, if the road is narrow and only one lane of traffic is possible.

2) Manhole Safety:
a) Ventilate the sewer line by opening two or three manholes on both the sides where work
is to be carried out. This is more important when adequate blowers for ventilating
sewers are not available. The manholes should be opened at least one hour before start
of operations. The opened manholes should be properly fenced to prevent any person,
especially children, accidentally falling into the sewer. Dummy covers with FRC
welded fabric can be used.
b) Where it is desirable to use the blowers, operate those for at least 30 minutes before
start and during cleaning operations to ventilate the lowest working levels.
c) Use safety harness and lifeline before entering the sewer line. Two helpers at the top
should be provided for each person. The person standing at the top must send signals at
every few minutes interval to the person in the manhole to ensure safety.
d) Test for hazardous gases before entry of a person into the sewer line and also in between
if the operations are for a longer time.
e) Test manhole rungs or steps for structural safety before using.
f) Ensure that, where portable ladders are used, they are properly sealed or fixed.
g) Ensure that no material or tools are located near the edge which can fall into the
manhole and injure the workman.
h) Lower all tools to the workman in a bucket.
i) Use lighting equipment which must be explosion and fire proof.
j) Use gas masks when men have to enter into the sewer line.

TENDERER Chief General Manager(Engg)


Vol-I - 32 Transmission Circle, Hyderabad
The gang of sewer work should consist of specially trained men who are aware of aware of
the hazards and capable of coping with situations calling for prompt action. The supervision
in other case should be entrusted to a responsible person well versed in the use of the special
sewer cleaning equipments, safety equipment and in first aid.

xii) Safety Practices:


An update record of the fatal injuries, injuries causing permanent disabilities and those
causing temporary and total disabilities in the sewerage industry may not be available.
However, it is known that the number of such injuries is large. Besides pain and suffering
caused, the financial cost to the injured and the authorities is tremendous. Hence, thre is a
need for a safety practice programs.

TENDERER Chief General Manager(Engg)


Vol-I - 33 Transmission Circle, Hyderabad
xiii) Safety Practice Programme:
It is necessary that a person in the authority responsible for sewerage facilities should be
made responsible for the program. In a smaller authority, it may be the Engineer or
Superintendent in charge of the works while in large organizations, a person who can
devote part or full time to the job may be so designated. The safety practice program
would provide for keeping records of injury. This is most important special formats can
be worked out and it may include for the following;

1) Accident report
2) Description of the accident.
3) Report of Doctor
4) Corrective action taken
5) Accident analysis.

ix) Searching Out Hazards:


The person responsible for the program must constantly review and look out for hazards
that may be responsible for injury to a workman, safety manuals, insurance companies
policy broachers etc,. are some of the sources from which information can be gathered.

xv) Safe Equipment, Working Methods:


It is necessary to eliminate causes due to which accidents occur by replacement of faulty
equipment or provision of safety equipment. Methods of working or site conditions can be
improved. Protective equipments like helmets, boots, gloves etc., should be provided.

xvi) Motivation And Training:


It is necessary that the employees are motivated to get them trained in the safety practice
program.

xvii) Changing Working Habits:


While a job may be done in several ways, it is necessary to identity and insists on a safe
method. This would include proper use of tools i.e., selecting the right tool and using it
properly. Good footing to prevent slipping, not using tools near moving machinery, not
leaving tools at high places where they may fall on a workman below are some examples
of working habits.

An Inspector’s misjudgement and the construction man’s carelessness are directly


responsible for many a sewer accidents. In order to assess the condition of the sewers
inspections are necessary.

There are two basic types of Inspections;

1) Direct inspection: It is carried out manually, but should be avoided completely.

2) Indirect inspection: It is carried out by sending a camera through the sewer for taking
photographs or a closed circuit television equipment (CCTV) to send pictures which can
be seen on a TV screen or recorded on a video tape. The CCTV inspection can be used
for sewer lines duly adjusting to limitations due to lighting problems and camera line
angles.

xviii) Planning For Sewer Inspection:


Proper planning should be done for making sewer inspection. A list of critical areas

TENDERER Chief General Manager(Engg)


Vol-I - 34 Transmission Circle, Hyderabad
should be drawn up and a program of sewer inspection should be chalked out to avoid any
untoward incident.

G. MISCELLANEOUS

52. Sand and gravel: The contractor shall not make any excavation upon the site for the purpose of
obtaining gravel, sand or soil other than that shown on or implied by the drawings, except with the
previous permission of the General Manager(Engg.).

53. Old curiosities: All old curiosities, relics, coins, minerals, etc., found in excavating or pulling
down, shall be the property of the Government and be handed over to the General Manager(Engg.).
Should may ancient masonry or other old work of interest be opened up, the General
Manager(Engg.)’s attention shall be called to the same before demolition or removal.

54. Assignment or sub-letting: The contractor shall not, without the written consent of the General
Manager(Engg.), assign the contract or sub-let any portion of the same. Ordinarily no sub-letting
will be permitted, but in case such should be permitted by the General Manager(Engg.), it shall in
no way free the contractor from any of his responsibilities under any clause of this Preliminary
Specification or of the “Articles of Agreement”.

55. Specialists: The General Manager(Engg.) shall, during the progress of the work, have power to
select, nominate or recommend tradesmen or specialists to supply material or execute such portion
of the work as he may consider desirable in the interests of the Government.

56. Ratification of the orders of the General Manager(Engg.): Should the acceptance of the tender
beyond the authorised powers of the General Manager(Engg.) as laid down in the Public Works
Department Code, the orders and decision of such General Manager(Engg.) with regard to
extension of time for completing the contract or the termination of the contract or of the
employment of specialists for certain portions of the work as described in the previous clause will
be subject to the ratification of the higher authority who entered into the agreement.

57. Order book: An order book shall be kept at the Public Works Department Office on the site of the
work. As far as possible, all orders regarding the work are to be entered in this book. All entries
shall be signed and dated by the Public Works Department Officer in direct charge of the work and
by the Contractor or by his representative. In important cases, the General Manager(Engg.) or the
Chief General Manager(Engg.) will countersign the entries, which have been made. The order
book shall not be removed from the work, except with the written permission of the General
Manager(Engg.).

H. DATE OF COMMENCEMENT, COMPLETION, DELAYS, EXTENSIONS,


SUSPENSION OF WORK AND FORFEITURE.

58. Date of commencement and completion: On notification of possession of the site (or premises)
being given to the contractor by letter registered for acknowledgement as provided in clause 10
Supra, he shall forthwith begin the work, shall regularly and continuously proceed with them, and
shall complete the same (except for painting or other work which, in the opinion of the General
Manager(Engg.), it may be desirable to delay) by the date of completion as defined in “Articles of
Agreement”, subject, nevertheless, to the provisions of extension of time mentioned in the next
clause. The contractor shall under no circumstances be entitled to claim any damages from
Government if he incurs any expense or liabilities to payment under the contract before the date of
commencement defined above. The contractor shall have the right to withdraw from the contract
and obtain refund of his security deposit if such intimation of handing over the site is delayed more
than two months from the date of acceptance of the agreement by competent authority.

59. 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 hereinafter defined. Reasonable extension of
time will be allowed by the General Manager(Engg.) or by the officer competent to sanction the

TENDERER Chief General Manager(Engg)


Vol-I - 35 Transmission Circle, Hyderabad
extension, for unavoidable delays, such as may result from causes, which, in the opinion of the
General Manager(Engg.), are undoubtedly beyond the control of the contractor. The General
Manager(Engg.) shall assess the period of delay or hindrance caused by any written instructions
issued by him, at twenty five per cent in excess of the actual working period so lost.

In the event of the General Manager(Engg.) 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 General Manager(Engg.) of the Circle whose decision will be final and
binding. The contractor shall lodge in writing with the General Manager(Engg.) 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 General Manager(Engg.) as to justify an extension of time in
consequence thereof, such extension will be granted in writing by the General Manager(Engg.) or
other competent authority when ordering such alterations or additions.

60. Delays in commencement or progress or neglect of work and forfeiture of earnest money, security
deposit and withheld amounts:

(a) Time shall be considered as of the essence of the contract. If, at any time, the General
Manager(Engg.) shall be of the opinion that the contractor is delaying commencement of the
work or violating any of the provisions of the contract or is neglecting or delaying the
progress of the work as defined by the tabular statement “Rate of Progress” in “Articles of
agreement”, he shall so advise the contractor in writing and at the same time demand
compliance. If the contractor neglects to comply with such demand within seven days after
receipt of such notice, it shall then, or at any time there after, be lawful for the General
Manager(Engg.) to determine the contract, which determination shall carry with it the
forfeiture of the Security deposit and the total of the amount withheld under 68 below,
together with the value of such work as may have been executed and not paid for, or such
proportion of such total sums, as shall be assessed by the General Manager(Engg.). However,
any authority higher in rank than the General Manager(Engg.) may, in his absolute discretion,
waive or modify any penalty or forfeiture imposed by the General Manager(Engg.), under the
provisions of this clause.

(b) If, however, the General Manager(Engg.) notwithstanding the failure of the contractor to
comply with the demand referred to in sub-clause (a) of this clause or failure to maintain the
“Rate of Progress” specified in the “Articles of Agreement” plus any extension of time that
may have been allowed to the contractor as defined in clause 59 supra, shall permit the
contractor to proceed with the whole or part and continue and complete the whole or such part
of the work, such permission shall not be deemed to be a waiver in any respect by the General
Manager(Engg.) of the right of forfeiture under this clause: Provided however that any such
forfeiture under this sub-clause shall not exceed 5 per cent of the total of the contract amount:
Provided however that any authority higher in rank than the General Manager(Engg.) may in
his absolute discretion waive or modify any penalty or forfeiture imposed by the General
Manager(Engg.) under the provisions of this clause.

(c) It shall be a further right of the General Manager(Engg.), under this clause, at any time the
“Rate of Progress” in the agreement is not maintained, to give any part of the work to any
other contractor at his discretion, in order to maintain the “Rate of progress”. Upon the
completion of that part of the work that is withdrawn, the General Manager(Engg.) shall
certify the amount of expenditure incurred by the department for getting it completed by
another contractor or contractors. Should the amount so certified be less than the amount,
which would have been due to the contractor on the completion of that part of the work by
him, the difference shall not be paid to the contractor. Should, however the former exceed the
latter, the difference shall be recovered from the contractor by the Government, provided
however that such a recovery shall not exceed 5% of the total finished contract amount.

TENDERER Chief General Manager(Engg)


Vol-I - 36 Transmission Circle, Hyderabad
Note: The contractor who makes a standing security deposit of Rs.50,000 with the Director(Tech.) under
whom he wishes to tender for works is eligible for confessional rates of Earnest money deposit and
retention from bills. However for the purpose of forfeiture under the above clause, security deposit
will be reckoned at the normal rate, assuming that there is no standing security and not at the
concessional rate.

61. Suspension of the works by the Contractor:- If, the contractor (except on account of any legal
restraint not occasioned by his own wilful act or default or orders from Government preventing the
continuance of the extension of time has been sanctioned by competent authority) shall suspend the
works, or sublet the work or a portion thereof without sanction of the General Manager(Engg.), or in
the opinion of the General Manager(Engg.), 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, the General
Manager(Engg.) shall have power to give notice in writing to the contractor requiring that the works
be proceeded with in accordance with the terms of the contract.

Such notice shall not be unreasonable, or vexatiously given, and must signify that it purports to be a
notice under the provisions of this clause, and must specify that act or default on the part of the
contractor upon which it is based. After such notice shall have been given, the contractor shall not
be at liberty to remove from the site or the works, or from the ground contiguous thereto, any plant
or materials belonging to him, which shall have been placed thereon for the purpose of the work;
and Government shall have a lien upon all such plant and materials, to subsist from the date of such
notice being given until the notice shall have been complied with. The Government shall have
power to post watchmen at the site of the works and or the ground contiguous thereto in order to
prevent the removal of any plant or materials upon which the Government shall have a lien. If the
contractor shall fail, for fourteen days after such notice has been given, to comply with the same to
the satisfaction of the General Manager(Engg.) as certified by him in writing, Government may
enter upon and take possession of the works and site, and of all such plant and materials thereon (or
on any ground contiguous) and all such plant and materials as above mentioned shall thereupon be
at the disposal of Government absolutely, for the purpose of completing the work. If Government
shall exercise the above power to enter upon the works and take possession of the works, plant and
material they may engage any other person to complete the works, and exclude the contractor, his
agents and servants from entry upon or access to the same, except that the contractor or any person
nominated by him may have access at all reasonable times to inspect, survey and measure the works
already executed by him. And Government shall thereupon take such steps as they may consider
necessary for completing the works without undue delay or expense, using for that purpose the plant
and materials above mentioned and obtain such additional plant and materials the General
Manager(Engg.) shall decide is necessary for the due execution and completion of the work. Upon
the completion of the works, the General Manager(Engg.) shall certify the amount of the expenses
properly incurred consequent on, and incidental to, the default of the contractor as aforesaid and in
having the works completed by other persons, having credited the contractor with the value of the
materials utilised as aforesaid.

Should the amount so certified be less than the amount which would have been due to the contractor
on the completion of the works by him, the difference shall not be liable to make any payment to
the contractor on account of the use of such plant for the completion of the works under the
provisions herein before contained. Government may at any time give notice in writing to the
contractor to remove any of his plant or materials are not removed within fourteen days after notice
shall have been so given. Government may remove and sell the same, holding the proceeds less the
cost of removal and sale, to the credit of the contractor.

In case Government shall exercise the power contained in this clause and shall complete the works
by any other person as therein provided, the General Manager(Engg.), after instituting such inquiries
as he may deem fit, with or without notice to the contractor, shall certify what amount (if any) had
at the time of the Government exercising such power as aforesaid, been reasonably earned or would
reasonably accrue to the contractor in respect of work then actually done by him in the premises and

TENDERER Chief General Manager(Engg)


Vol-I - 37 Transmission Circle, Hyderabad
such certificate shall be final and binding on the contractor.

Notwithstanding anything contained in clause 50 above, when possession of the work and site is
taken by Government in exercise of the power contained in this clause the portion of the work
actually completed by the contractor in the premises shall be maintained by Government at the risk
and expense of the contractor until the whole of the work is completed by other agency and
possession thereof taken by Government.

I - J. PARTICULARS OF PAYMENT

62. Payment on lump-sum basis or by final measurement or unit prices:

(a) Payment for the work done by the contractor will be made on the basis of the measurements
recorded in the measurement books or level field books by an officer not below the rank of a
Supervisor and check measured by an officer not below the rank of an Manager(Engg.). The
measurements will be recorded at the various stages of the work, while it is in progress, for the
proper assessment of the quantities of work done and also after the work is completed or when
the contract is determined. The contractor or his authorised agent shall be present at the
recording of each set of measurement and check measurement and accept them, then and
there, so as to avoid disputes at a later stage. The set of measurements and check
measurements may also be taken by the Department even in the absence of the contractor or
his authorised agent, three days after the issue of a notice to the later, in writing of such
intention by the department.

(b) In cases of over-payment or wrong payment made, if any, to the contractor due to wrong
interpretation of the provisions of the contract, the Andhra Pradesh Standard specification or
otherwise, such unauthorised payment will be deducted in the subsequent bills or final bill of
the work, or failing that, from the bills under any other contract with the Government or at any
time thereafter, from his security deposits available with the department.

(c) It shall be accepted as a condition of the contract that a payment of the final bill to the
contractor less the withheld amount and his acceptance thereof shall constitute a full and
absolute release of Government from all further claims by the contractor under the contract.

63. Payment for additions and deductions for omissions: The Contractor is bound to execute all
supplemental items that are found essential, incidental and inevitable during the execution of the
work, at the rates to be worked out as detailed below:

(a) For all items of work in excess of the quantities shown in schedule – A of the tender the rates
payable for such items shall be either the tender rates or the standard schedule of rates for the
items plus or minus the overall tender percentage accepted by the competent authority which
ever is less.

(b) For items directly deducible from similar items in the agreement, the rates shall be derived by
adding to or subtracting from the agreement rate of such similar item, the cost of difference in
quantity of material or labour between the new items and the similar items in the agreement,
worked out with reference to the Schedule of rates adopted in the sanctioned estimate plus or
minus the over all tender percentage.

(c) For new items which do not correspond to any items in the agreement, the rates shall be the
standard schedule rate plus or minus the over all tender percentage.

The terms “Standard Schedule of Rates” used in the above sub-clauses (a), (b) & (c) means the
schedule of rates on which the sanctioned estimate was prepared.

TENDERER Chief General Manager(Engg)


Vol-I - 38 Transmission Circle, Hyderabad
(d) In the event of the General Manager(Engg.) and the Contractor failing to agree on a rate for
such additional work, the General Manager(Engg.) may, at his option either:

(i) employ other parties to carry out the additional work in the same manner as provided for
under clause 48, or

(ii) the contractor shall execute the work upon written orders from the General
Manager(Engg.) and the cost of labour and materials plus 10 percent thereon shall be
allowed therefor, provided that the vouchers for the labour and materials employed shall
have been delivered to the General Manager(Engg.) or his representative within seven
days after such work shall have been completed. If the General Manager(Engg.)
considers that payment for such work on the basis of the vouchers presented is unduly
high, he shall make payment in accordance with such valuation as he considers fair and
reasonable and his decision to the matter shall be final, if the amount involved in the
additional payment is Rs.1,000 or less, for each occasion on which such additional works
shall have been authorised. If such amount exceeds Rs.1,000, the contractor shall have
the right to submit the matter to arbitration under the provisions of the arbitration clause
73:

(e) If, in the opinion of the General Manager(Engg.), a rate for the additional work is not capable
of being properly arrived at prior to execution of the work, or if the work is not capable of
being properly measured, then the cost and payment thereof shall be dealt with as provided for
in the preceding sub-clause (d) (ii).

64. No payment for unsanctioned extras: It shall be distinctly understood that no payment whatever
will be made to the contractor for variations by way of extras in cases where such variations have
been made without the written sanction of the General Manager(Engg.).

65. Accounts, receipts and vouchers: The contractor shall at any time, upon the request of the General
Manager(Engg.) furnish him with all invoices, accounts, receipts and other vouchers that he may
require in connection with the contract.

66. Fraud, wilful neglect or default: No final or other certificate of payment of completion, acceptance
or settlement of account shall, in any circumstances, relieve the contractor from his liability for any
fraud or wilful neglect or default in the execution of the contract or any wilful or unauthorised
deviations from the drawings, specifications, instructions and directions for the time being binding
upon him.
67. Unfixed materials: No payment or advance will be made for unfixed materials when the rates are
for finished work in site.

68. Payments and Certificates: Payment will be made to the contractor under the Certificate to be
issued at reasonably frequent intervals by the General Manager(Engg.) or by the Sub-Divisional
Officer. Within fourteen days of the date of each Certificate, an intermediate payment will be made
by the General Manager(Engg.) or the Sub-Divisional Officer of a sum equal to 92 ½ percent (96 ½
% in the case of contractors who have lodged the standing security deposit of Rs.50,000) of the
value of work, as so certified and the balance of 7 ½ percent, (3 ½ % in the case of contractors who
have the standing security deposit) will be withheld and retained as a security for the due fulfilment
of the contractor.

Under the Certificate to be issued by the General Manager(Engg.) or the Sub-Divisional Officer on
the completion of the entire works the contractor will receive the final payment of all the moneys
due or payable to him under or by virtue of the contractor except earnest money Deposit retained as
security and a sum equal to 2 ½ percent of the total value of the work done, provided there is no
recovery from or forfeiture by the contractor to be made under clause 60. The amount withheld
from the final bill will be retained under “deposits” and paid to the contractor together with the
earnest money deposit retained as security after a period of six months as all defects shall have been
made good according to the true intent and meaning thereof. However in the case of works like

TENDERER Chief General Manager(Engg)


Vol-I - 39 Transmission Circle, Hyderabad
conveyance of materials supply of materials, silt clearance where the fixation of observation period
is not necessary, the deposit amount could be refunded after the work is completed in accordance
with the terms of the agreement.

No certificate of the General Manager(Engg.) or the Sub-Divisional Officer shall be considered


conclusive evidence as to the sufficiency of any work or materials or correctness of measurements
to which it relates, nor shall it relieve the contractor from his liability to make good defects as
provided by the contract. The contractor, when applying for a certificate, shall prepare a
sufficiently detailed bill, based on the original figures of quantities and rates in the contract-
Schedule-A – to the satisfaction of the General Manager(Engg.), to enable the General
Manager(Engg.) or the Sub-Divisional Officer to check the claim and issue the certificate. The
certificate as to such of the claims mentioned in the application as are allowed by the General
Manager(Engg.) or the Sub-Divisional Officer shall be issued within fourteen days of a previous
application.
In calculating the amount of each item due to the contractor in every bill submitted for payment
under this contract, fractions of below five paise shall be omitted and five paise or over shall be
reckoned as ten paise. In calculating the total on each bill amounting to Rs.25 or more under this
contract, fractions of less than a half rupee shall be disregarded and half a rupee and over shall be
reckoned as one rupee.

69. Interest on money due to the contractor: (a) No omission by the General Manager(Engg.) or the
Sub-Divisional Officer to pay the amount due upon certificates shall vitiate or make void the
contract, nor shall the contractor be entitled to interest upon any guarantee fund or payments in
arrears, nor upon any balance which may, on the final settlement of his accounts, be found to be due
to him.
(b) Whenever the withheld amount reaches Rs.1,000 or a multiple thereof, the contractor may, at
his option, deposit with General Manager(Engg.) Rs.1,000 or a multiple thereof, in any or the
forms of interest bearing securities recognised for the purpose by the Andhra Pradesh Public
Works Accounts Code and subject to the provisions therein contained, in which case in the
equivalent withheld amount shall be paid to him forthwith. The contractor will be permitted
to exercise the option in this clause, subject only to the condition that the rate of progress
contained in the Articles of Agreement is properly maintained.
70. Acceptance of final measurements: The contractor agrees that before payment of the final bill shall
be made on the contract, he will sign and deliver to the General Manager(Engg.) either in the
measurement book or otherwise demanded, a valid release and discharge from any and all claims
and demands whatsoever for all matters arising out of, are connected with the contract; provided
that nothing in this clause shall discharge or release the contractor from his liabilities under the
contract. He shall also produce a certificate from the Income Tax Authorities that all Income Tax
payable by him upto-date has been duly paid in the case of contracts the value of which is over
Rs.10,000. It is further expressly agreed that General Manager(Engg.) in supplying the final
measurement certificate need not be bound by the preceding measurements and payments. The final
measurements, if any, of the General Manager(Engg.) shall be final, conclusive and binding on the
contractor.
71. Recovery of money from contractor in certain cases: In every case in which provision is made for
recovery of money from the contractor, Government / HMWSSB shall be entitled to retain or
deduct the amount thereof from any moneys that may be due or may become due to the contractor
under these presents and or under any other contract or contracts or any other account whatsoever.
72. Contractor dying, becoming insolvent, insane, or imprisoned: In the event of the death or insanity
or insolvency or imprisonment of the contractor or where the contractor being a partnership or firm
becomes dissolved or being corporation goes into liquidation, voluntary or otherwise, the contract
may, at the option of the General Manager(Engg.), be terminated by notice in writing posted at the
site of the works and advertised in one issue of the local District Gazette, and all accepted and
acceptable works shall forthwith be measured up and paid for at the rates provided in the contract
schedule where such apply, or otherwise, by the most recent schedule of rates of the division
approved by competent authority, to the person or persons entitled to receive and give a discharge
for the payment.

TENDERER Chief General Manager(Engg)


Vol-I - 40 Transmission Circle, Hyderabad
73. Arbitration: In case of any dispute of difference between the parties to the contract either during
the progress or after the completion of the works or after the determination, abandonment, or breach
of the contract, as to the interpretation of the contract, or as to any matter or thing arising there
under except as to the matters left to the sole discretion of the General Manager(Engg.) under
clauses 20,22,27 ( C) 29,36,37 and 40 of the preliminary specification or as to the withholding by
the General Manager(Engg.) of payment of any bill to which the contractor may claim to be
entitled, then either party shall forthwith give to the other notice of such dispute or difference, and
such dispute or difference shall be and is hereby referred to the arbitration of the Chief General
Manager(Engg.) of the nominated circle mentioned in the “Articles of agreement” (hereinafter
called the “Arbitrator”) and the award of such Arbitrator shall be final and binding on the parties
unless contested by either party in a court of law.
Provided however that in cases where the General Manager(Engg.) has entered into the contract on
behalf of the Governor, the dispute or difference shall, in the first instant, be referred by or through
the General Manager(Engg.) to the Chief General Manager(Engg.)s of the Circle, in which the work
lies and his decision thereon obtained before referring such dispute or difference to arbitration
under this clause . Progress of the work shall not be suspended or delayed on account of the
reference of any dispute or difference to the Chief General Manager(Engg.) of the circle in which
the work lies or to arbitration under this clause. The decision of the General Manager(Engg.) or the
Chief General Manager(Engg.) of the Circle in which the work lies, as the case may be on such
dispute or difference shall be conclusive until reversed by the Chief General Manager(Engg.) or the
arbitrator. Either party may within a period, which shall be fixed by the arbitrator, file before the
arbitrator a statement of the case and also all the documents relating to or having a bearing on the
case. The arbitrator shall see that the award is passed, if reasonably possible, within a period of
four months from the date of his entering upon the reference, but if any extension of that period is
considered by him to be necessary, either Suomoto or on the application of either party to the
reference, the parties hereby agree and consent to such extension as the arbitrator may from time to
time consider reasonably necessary and any such extension shall forthwith be communicated by
him in writing to each of the parties hereto. The arbitrator shall not be bound to observe the
ordinary rules of procedure applicable to trails before Judicial Tribunals nor to hear or receive
formal evidence but may pass on award on the documents or statements of the case filed by both
the parties under or on personal inspection. The arbitrator shall have power to view the subject
matter of the dispute with or without the parties or their agents. The arbitrator shall also have
power to open up, review and revise any certificate, opinion decision, requisition or notice, save in
regard to the matters expressly excepted and to determine all matters in dispute which shall be
submitted to him, and of which notice shall have been given as aforesaid, in the same manner as if
no such certificate, opinion, decision, requisition or notice had been given upon every any such
reference the costs of any incidental to the reference and award respectively shall be in the
discretion of the arbitrator, subject to the condition that the amount of such cost to be divided to
either party shall not in respect of, i.e., monetary claim exceed the percentage set out below of any
such award irrespective of the actual fees costs and expense incurred by either party; provided that
where a monetary claim is disallowed in full, the said percentage shall be calculated on the amount
of the claim. The arbitrator may determine the amount of the costs to be awarded or direct the same
to be taxed as between solicitor and client or a party and party and shall direct by whom and to
whom and in what manner the same shall be borne and paid.
The percentage above referred to in this clause are 5 percent on any such monetary award which
does not exceed Rs.10,000/- 3 percent on the next Rs.40,000/- or any part thereof, 2 percent on the
next Rs.50,000/- or any part thereof and 1 percent on any excess over Rs.1,00,000/-. Provided that
Government shall not be liable to any claim in respect of any such dispute or difference until
liabilities, and the amount referred to is decided by the arbitrator. Provided that payment to the
contractor based on the arbitration award shall be made only after acceptance of the award by the
Director (Tech.) if the value of the award is less than Rs.20,000/- and the Government if the value
is Rs.20,000/- above.

Not[Link] Arbitration awards whose value is below Rs.20,000/-.


The Director(Tech.) is authorised to accept arbitration awards below Rs.20,000/- in value. The
Director(Tech.) shall make a review of the arbitration award within 15 days of service of the notice
of the making of the awards in consultation with the local counsel and if in his opinion the award

TENDERER Chief General Manager(Engg)


Vol-I - 41 Transmission Circle, Hyderabad
has to be contested, he shall file an application in the court within 30 days of service of the notice of
making of the award for the filing of the award and take steps to contest the award.
If, for any reason, the Director(Tech.) considers it inadvisable to act according to the advice of the
local counsel, he shall refer the matter to the Government for examination within 15 days of the
service of the notice of the making of the award.

Arbitration Awards Whose value is Rs.20,000/- or above:


The Director(Tech.) shall make a review of the arbitration awards whose value is Rs.20,000/- and
above and submit a report to the Government within 10 days of service of the notice of the making
of the award in such cases a summary of the case, a copy of the agreement for the work, the facts
pressed before the arbitrator by the parties along with the recommendations of the Director(Tech.)
should be furnished to the Government for full appreciation of the case. The Government will then
take a decision in consultation with the law department whether the award should be accepted or
not and communicate the same within 25 days of service of the notice of making of the award so as
to enable the Director(Tech.) either to take action on the basis of the award or to file an application
in the court within 30 days of service of the notice of the making of the award for filling of the
award and for contesting it.

Note: 2: Applications of contractors seeking arbitration should bear a court fee stamp as per clause 10 (K)
of Schedule (ii) to the Andhra Pradesh court fees and suits valuation act, 1956 but no stamp
duty need be levied.

The awards passed by arbitrators shall be made on stamped paper the value of which should be
according to the value of claim to which the award relates as per article 12 of Schedule.1-A to the
Indian Stamp Act.
If the aggrieved party goes to a court of law challenging the award, he should pay the necessary
court fee.

TENDERER Chief General Manager(Engg)


Vol-I - 42 Transmission Circle, Hyderabad
Part-II : CONDITIONS OF PARTICULAR APPLICATION

In all instances the Conditions of Particular Application shall prevail over the General Conditions of Contract.

Clauses in this Part having clause numbers 73 or less are amendments of the General Conditions of Contract
and carry the number of the clause, which is amended. The other clauses remains unaltered as per General
Conditions of Contract i.e. Part-I.

Amendments to clauses in Part-I:

The following clauses in Part I have been amended:

1, 2, 3, 6, 7, 8, 11, 13, 25, 27, 28, 31, 32, 34, 35, 38, 41, 42, 43, 44, 45, 46, 47, 50, 55, 56, 57, 58, 60, 61,62,
63, 64, 67, 68, 69, 70, 73.

Clauses additional to Part I:

The following clauses are additional to Part I

74, 75, 76, 77, 78, 79, 80, 81, 82, 83, 84, 85, 86, 87, 88, 89, 90, 91, 92, 93, 94, 95 and 96.

General : Unless specified otherwise, for Clauses 1 – 73 inclusive :

After every occurrence of “Government”, “Department” or “department” add “ / HMWSSB”


After every occurrence of “General Manager(Engg.)” add “ / General Manager(Engg.)”.
Delete every occurrence of “drawings” and substitute with “Specification Drawings”.
Delete every occurrence of “Public Works Department” and substitute with “HMWSSB”

Clause-1 In line 1 of sub-clause 'c', delete "Government" and substitute with "HMWSSB".

In line 3 of sub-clause 'c', delete "Public Works Department of Andhra Pradesh" and
substitute with "HMWSSB".

Clause-2 In line 8, delete "Public Works Department" and substitute with "HMWSSB".

Clause-3 In line 2, delete "Public Works Department" and substitute with "HMWSSB".
Clause-6 Delete the clause.

Clause 7 Delete the clause and substitute with the following paragraph :
Technical Specification: The work shall be carried out in accordance with the specifications
incorporated in the Technical Specifications included in the Tender / Contract Documents.

Clause-8 In the note, add "Manager(Engg.)" after "Assistant Engineer". Whichever the firm General
Manager(Engg.) is used it shall also General Manager(Engg).
Clause-11 In line 3, delete "Public Works Department" and substitute with "HMWSSB".

Clause-13 Line 1 and 3: Delete “for a uniform comparison of lumpsum tenders” and substitute with “to
give an idea about the nature of work involved and the tenders are compared with the tender
premium/discount quoted in Part-I of the Bill of Quantities (Schedule A)”.

Clause-25 Delete the Clause and substituted with the following:


The Contractors have to make their own arrangements for supply of construction materials
like cement, reinforced steel, H.T. Wire, M.S. Structurals etc. Further the Contractor shall
be responsible for payment of applicable duties and taxes, insurance, transport etc.

Clause-27 Wherever the term General Manager (E) is used shall also be General Manager (Engg),
Quality Control Division of HMWSSB and or any third party inspection personnel as

TENDERER Chief General Manager(Engg)


Vol-I - 43 Transmission Circle, Hyderabad
appointed by HMWSSB.

Clause-28 In line 2 of para 1, delete "six months from the completion of the works" and substitute with
"Defect liability period".

Delete para 2 and substitute the following paragraph.


Para 1 : Line 2 : Delete “six months from the completion of the works” and
substitute with “defects liability period”.
Para 2 : Deleted.
Clause-31 At the end of the clause, add the following.
The Contractor irrespective of his class, shall be required to employ as follows, technical
personnel on each work costing more than Rs.50,000/- under the Contract, at his own cost.

Cost of Work Such of Technical Staff

From Rs.50,000/- to Rs.1.00 Lakh. One ITI Certificate holder.

From Rs.1.00 Lakh to Rs.5.00 Lakhs. One Diploma holder.

From Rs.5.00 Lakh to Rs.15.00 Lakhs. One Graduate Engineer or Two Diploma holders

Above Rs.15.00 lakhs One Graduate Engineer and One Diploma holder
The appointment of the staff shall be on full time basis and they shall be available at work site during
working hours personally checking all items of works and paying special attention to such work as
may demand special attention i.e Reinforced Cement Concrete work etc. and also whenever required
by the Engineer incharge to enforce instructions.
In case of failure of the Contractor to employ technical staff as above, recovery shall be made from
his bills at the following rates.
Cost of Work Rate of recovery
per Month
1. Between Rs.50,000/ and Rs.1.0 Lakh. Rs. 4,000/-
2. Rs.1.0 Lakh to Rs.5.0 Lakhs. Rs. 5,000/-
3. Rs.5.0 Lakhs to Rs.15.0 Lakhs. Rs. 6,000/-
4. Rs.15.0 Lakhs and above Rs. 10,000/-
The Contractor shall inform the HMWSSB in case there is any change in any of their technical staff
for any reasons.

Each member of the technical staff shall submit a declaration form (enclosed) before entering into
agreement with HMWSSB.

The Contractor shall also furnish with the tender the details of technical staff proposed to be
employed in the form appended to the tender.

Clause-32 In line 3, delete "Public Works Department" and substitute with "HMWSSB".

Clause-34 In line 5, delete "Government" and substitute with "HMWSSB".

Clause-35 Line 2 : Delete “price” and substitute with “premium/discount”.

Clause-38 Delete the last sentence and substitute with :


The water for the works shall satisfy the physical and chemical standard as per IS 456.

Clause-41 In line 3 delete "seigniorage"


Add the following at the end of the first para.
Seigniorage fees shall be recovered from the Contractor’s bills as per the rates contained in
G.O. No. 198, Dated: 13-08-2009 of Industries and Commerce (M-1) Department.

TENDERER Chief General Manager(Engg)


Vol-I - 44 Transmission Circle, Hyderabad
Seigniorage Fee shall be recovered at the rates prevailing as on the date of recordings of the
measurements in M-Books, irrespective of agreement date.

Delete Para-2 and substitute as follows:

The contractor shall be solely responsible for the payment of GST on Works Contract under
the provision of TSGST Act-2017 & CGST Act-2017 as in force from time to time. Necessary
provisions towards payment of TSGST on Civil Work is made in the estimate and the same is
payable as per actuals as applicable. Provision of Labour cess & NAC cess is also made in the
estimate and payment on this account will be made as applicable on actuals.

The contractor is responsible for the payment, where payable, of all royalties, seigniorage
charges, cess and other charges for use of private quarries on private lands.
Clause-42 Delete the whole Clause and substitute with the following.

The Contractor shall be responsible for the true and proper setting out of the works at his
own cost in relation to original points, lines and levels of reference proposed by the
Contractor and approved by the General Manager(Engg.) in writing and for the correctness
of the position, levels, dimensions and alignment of all part of the works and for the
provisions of all necessary instruments, appliances and labour in connection therewith. If, at
any time during the progress of the works, any error shall appear or arise in the position,
levels, dimensions or alignment of any part of the works, the Contractor, on being required
so to do by the General Manager(Engg.) or his representative, shall at his own cost rectify
such error to the satisfaction of the General Manager(Engg.) or his representative. The
checking of any setting out or of any line or level by the General Manager(Engg.) or his
representative shall not in any way relieve the Contractor of his responsibility for the
correctness thereof and the Contractor shall carefully protect and preserve all bench-marks,
sight-rails, pegs and other things used in the setting out the works.
Clause 43 Line 1 : After “delivery” add “pollution of the site and its environs”

Line 1 and 2: Delete “All rubbish shall be burnt or removed from the site as it accumulates”
and substitute with the following paragraphs :

The Contractor shall make every effort to ensure the cleanliness of the site and shall take all
steps necessary to prevent the pollution of the site and the surrounding environment through the
adoption of appropriate working policies and procedures. Particular care shall be taken to control
the following :

(a) pollution of the air: especially: excessive noise, the lighting of open fires, release of dust and
other materials from open vehicles, e.g. soil (preferably by covering all such vehicles), and
poor quality exhaust emissions from mechanical plant
(b) the pollution of the ground, water resources and water services, especially the spillage of
fuel and other polluting materials, careless disposal of solid waste, the puncturing of drains
and drain connections, etc.

(c) inadvertent disposal of waste in the surrounding areas, such as dust and other materials,
blown by the wind e.g. paper, and/or mud and other materials dropped onto roads and
footways by vehicles, including mud and dust from vehicles leaving the site etc.

The waste and surplus materials generated by the works shall be disposed of regularly, according
to the requirements of the HMWSSB, the local pollution control authorities and any other
statutory body with responsibilities for pollution and waste disposal in the area.

Any permits required shall be obtained by the Contractor prior to disposal of the waste.

The Contractor shall inform the General Manager(Engg.) / Chief General Manager(Engg.) in
writing of the disposal locations and methods he proposes to use, supported by the relevant

TENDERER Chief General Manager(Engg)


Vol-I - 45 Transmission Circle, Hyderabad
documentation. The General Manager(Engg.) / Chief General Manager(Engg.) shall not
normally object to such proposals provided the statutory requirements have been met. Any
disposal of waste and surplus materials on-site shall only be as agreed with the General
Manager(Engg.) / Chief General Manager(Engg.) prior to any application to the relevant
authorities.

Line 2 and 3: Delete “floors, stairs, landings, windows’ and substitute with “of the works,
including”
Line 3 : After “drains” add “and sewers”, delete “down”.

Clause-44 In line 14, delete "Government" and substitute with "HMWSSB".

Clause-45(b) In line 2, delete "Government" and substitute with "HMWSSB".

Clause-45(c) In line 4, delete " Public Works department" and substitute with "HMWSSB".

In line 5,6 & 7, delete "Government" and substitute with "HMWSSB".


In line 8,delete "Government's " and substitute with "HMWSSB's".
Clause-45(d) In line 3, delete "Government" and substitute with "HMWSSB".

Sub-clause (a) : Line 1 : Delete “When” and substitute with “When any works are being carried
out in public areas and when”.
Line 4: After “shall” add “adopt appropriate working arrangements and shall”.
Line 4 : After “suitable” add “warning signs, coverings,”, after “lighting and”
add “ / or)
At the end of the paragraph add “The Contractor shall also take particular steps
to provide reasonable access to private property and/or public buildings in the
vicinity of the works and ensure the safety of these accesses at all times during
the duration of the works.”

Sub-clause (b) : Add “HMWSSB staff” after “public”


Sub-clause (c) : Line 4and 5 : After “Public Works Department” add “ / Public Health
Engineering Department / HMWSSB”.
Line 8 : After “Government’s” add “ / HMWSSB’s”.
Sub-clause (e) : Add sub-clause (e) after sub-clause (d)
(e) The contractor shall maintain a basic set of first aid supplies in a readily
accessible place on the site under the care of a responsible person who shall
be readily available at all times of work on the site. The supplies shall include first
aid appliances and adequate supplies of antiseptics, sterilised dressings and
sterilised cotton wool.

Clause-45(f) Add sub clause (f) after sub clause (e)


If the contractor fails to provide adequate work safety partition boards for the safety
of public, road users and workers to avoid untoward incidents / accidents, the necessary
partition boards shall be supplied by HMWSSB and placed at site for which hire charges
at Rs.50/- per board (2.4 m long) per day along with transportation charges as per actuals
shall be recovered from the contractor from the running Bills / Final Bill.

Clause-46 Line 1 : After “Government” add “ / HMWSSB”.


Line 2&3 : Delete “Blasting operation – Instructions to contractors” of the APSS and
substitute with “Technical specifications”.

Clause-47 Line 1 : After ‘premises” add “and services”.

At the end of the paragraph add “Payment shall be made to the Contractor for reforming the
roads/footways.”

TENDERER Chief General Manager(Engg)


Vol-I - 46 Transmission Circle, Hyderabad
The Contractor shall also be responsible for the identification and protection of any existing
services that may be affected by the works, including the adoption of any working procedures
that may be necessary to comply with this condition, and including the protection from
accidental damage by third parties. Any costs associated with the adoption of these procedures
shall be included in the Contractor’s rates for the work in Part I of the Bill of Quantities
(Schedule A).

Where a service owned by a statutory service provider is damaged the Contractor shall
immediately inform the Engineer and the service provider, so that steps may be taken to
ensure rapid restoration of the service. Any charge(s) made by any service provider for the
restoration of any service damaged and/or the Contractor failing to report any such damage
and/or carrying out any unauthorised repair shall be borne by the Contractor.
Clause-50 Contractors Risk and Insurance:

50.1 Employer's and Contractor's Risks: The employer carries the risks which this Contract
states are Employer's risks, and the Contractor carries the risks which this Contract states are
Contractor's risks.

50.2 Employer's Risks: The Employer is responsible for the expected risks which are (a) in so far
as they directly affect the execution of the works in the Employer's country, the risks of war,
hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or
usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor's
employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic
explosive, or (b) a cause due solely to the design of the works, other than the Contractor's
design.

50.3 Contractor's Risks: All risks of loss of or damage to physical property and of personal
injury and death which arise during and in consequence of the performance of the Contract
other than the expected risks are the responsibility of the Contractor.

50.4 expected risks are the responsibility of the Contractor.


50.4 Insurance: The Contractor shall provide, in the joint names of the Employer and the
Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in
the amounts and deductibles for the following events which are due to the Contractor's risks:
(a) loss or damage to the Works, Plant and Materials;
(b) loss or damage to Equipment;
(c) loss of or damage of property (except the Works, Plant, Materials and Equipment)
in connection with
the Contractor; and
(d) personal injury or death.
HMWSSB has engaged a Nodal Agency on Insurance Matters for the works taken by Board, and
the successful agency has to contact the Nodal Agency and after assessment by the agency, the
necessary Insurance policies have to be taken as per requirement.

50.4.1 Policies and certificates for insurance shall be delivered by the Contractor to the Engineer
for the Engineer's approval before the Start Date. All such insurance shall provide for
compensation to be payable in the types and proportions of currencies required to rectify the
loss or damage incurred.

50.4.2 If the Contractor does not provide any of the policies and certificates required, the Employer
may effect the insurance which the Contractor should have provided and recover the
premiums the Employee has paid from payments otherwise due to the Contractor or, if no
payment is due, the payment of the premiums shall be a debt due.

50.4.3 Alterations to the terms of an insurance shall not be made without the approval of the
Engineer.

TENDERER Chief General Manager(Engg)


Vol-I - 47 Transmission Circle, Hyderabad
50.4.4 Both parties shall comply with any conditions of the insurance policies.

Clause-55 In line 3, delete "Government" and substitute with "HMWSSB".

Clause-56 Lines: Delete “Public Works Department code” and substitute with “[Link]. 132,
Transport, Roads & Buildings (RI) Department dt: 11-08-1998/ and [Link].23, Irrigation
& Command Area Development (PW: COD) Department Dated: 05.03.1999 and
[Link].94 of I&CAD (PW:COD) Dept., dated: 1-7-2003”.

Clause-57 In line 1, delete "Public Works department" and substitute with "HMWSB".

In line 3, delete "Public Works department" and substitute with "HMWSSB".

Clause-58 Add the following at the end of the clause.


The Contractor shall furnish the programme of works (rate of progress) while tendering for
the work to complete the work in time. The programme shall be revised at two monthly
intervals depending upon the programme of work and should include a chart of the principal
quantities of works forecast for execution monthly and a schedule of payments expected to
be made to the Contractor by the HMWSSB. The whole of the works shall be completed
within 12 months from the date of signing of the contract.

Clause-60(c) In line 9, delete "Government" and substitute with "HMWSSB".


Delete the Note under Clause 60.
Clause-61 In line 2, before "Government" add "HMWSSB/".
In lines 15, 17, 19, 22, 24, 25, 30, 39, 40, 41, 43, 46, 48, 51, 55, 56, 57 and 58, delete
"Government" and substitute with "HMWSSB".
Clause-62(a) In line 1, delete "on lumpsum basis or".
In line 3, delete "Supervisor" and substitute with "Assistant Engineer/Manager(Engg)"
In Line 4, delete "Assistant Engineer " and substitute with "Deputy Executive
Engineer/Deputy General Manager(Engg.)"
Clause-62(b) In line 4, before "Government" add "HMWSSB/".
Clause-62(c) In line 3, delete "Government" and substitute with "HMWSSB".
Clause-63 Para 1 : Line 2 : After “supplemental” add “and additional”.
Sub-clause (a) : Line 2 : Delete “either the tender rates or”.
Line 4 : Delete “whichever is less”.
Sub-clause (b) : Delete
Sub-clause (d) : Line 2 : Before “additional” add “supplemental and”.
Sub-clause (e) : Line 1 : Before “additional” add “supplemental and”.
Clause 64 Add the following at the end of the Clause.
If any verbal orders are given, the Contractor shall comply the same after the Engineer
confirms them in writing. If the verbal orders are not confirmed within one week from the
date of issue of verbal orders, the Contractor shall address the General Manager(Engg.) in
writing (By Registered Letter duly acknowledged) for confirmation of such orders. If the
orders are not confirmed within one week from the date of receipt of the Registered Letter, it
shall be deemed that no verbal orders are issued.

Clause-67 Not Used.


Clause-68 Delete the entire clause and substitute as follows:
Payment will be made to the Contractor under the certificate, which will be issued within 14
days from the first day of the each month by the General Manager (Engg.). Intermediate
payments will be made by the HMWSSB of a sum equal to 92 1/2% of the value of work so
certified and the balance 7 1/2% will be withheld and retained as security for the due
fulfilment of the contract. Under the certificate which will be issued by the General Manager
(Engg.) on the satisfactory completion of the entire works, the Contractor will receive the
final payment of all the money due or payable to him under or by virtue of the contract
except security deposit furnished at the time of entering into agreement and a sum equal to 2
1/2% of the total value of the work done. This amount (i.e. 2 1/2 % of the total value of the

TENDERER Chief General Manager(Engg)


Vol-I - 48 Transmission Circle, Hyderabad
work done recovered in the final payment) will be returned at the end of the defect liability
period subject to the satisfactory performance of the contract in all respects. The bank
guarantee furnished as security deposit at the time of entering into agreement will be
released only after the expiry of the defect liability period subject to the satisfactory
performance of the contract in all respects. The bank guarantee furnished if any as extra
security deposit at the time of entering into agreement will be released only after satisfactory
completion of the contract.

Clause-69 Withheld amount of each intermediate payment shall be paid to the contractor on furnishing
a bank guarantee for an equivalent amount.

For the withheld amount of 7½% of the value of intermediate payment, the validity of Bank
Guarantee as follows:

i) For 5% of each intermediate payment, the bank guarantee shall be valid atleast 30
days beyond the date of final payment and will be released along with the final
payment as per Clause 68.
ii) For 2½% of each intermediate payment, the bank guarantee shall be valid till the
expiry of the defect liability period and shall be released only after the defect
liability period is over as per Clause-68.
iii) FSD amount will be recovered from the contractor at the rate of 7.5% of te bill
value. The FSD so recovered will be released along with the succeeding R.A Bill.

The above facility of payment of withheld amount against Bank guarantee will be permitted
subject only to the condition that the rate of progress contained in programme of work is
properly maintained
Clause-70 In line 8, add the following after Rs.10,000/-.
At the time of payment of final bill.
Add the following at the end of the para.
“The Contractor shall furnish latest sales tax clearance certificate before the payment of final
bill.”
Clause-73 In line 9 of para 1, add the following after "nominated circle" "and Chief Engineer of Public
Health Engineering Department"
In line 10 of para 1, before "and the award" add the following "for claims Rs. 10,000 and
for Rs.10,000 to Rs.50,000/- in value"
In line 12 of para 1, delete "the Governor" and substitute with "HMWSSB".
At the end of para 1, add the following.
The arbitrators proceedings will be conducted in accordance with the provisions of the
Arbitration Act, 1948 as amended from time to time. The arbitrator shall invariably give a
speaking award.
In line 1 of para 3, delete "Government" and substitute with "HMWSSB".

In line 3 of para 4, delete "Government" and substitute with "HMWSSB".


In line 2 of para 6, delete "Government" and substitute with "HMWSSB".
In para 7, line 1, delete "or above" and substitute with "and below Rs.50,000/-"
In line 3, para7, delete "and above" and "substitute with "and below Rs.50,000/-.
In line 3,6,7 of para 7, delete "Government" and substitute with "HMWSSB".

In line 7, para 7, delete "law department" and substitute with "Director of Finance Standing
and Counsel of HMWSSB.
Add the following at the end of the Clause:

“Settlement of claims above Rs.50,000 in value


For all claims above Rs.50,000/- in value either party shall go to the civil court of
competent jurisdiction by way of regular suit and not by arbitration.”

TENDERER Chief General Manager(Engg)


Vol-I - 49 Transmission Circle, Hyderabad
International Centre for Alternative Dispute Resolution (ICADR):

In the event of a dispute between the parties over the execution of this contract, or in
respect of any defined legal relationship associated therewith or derived there from, the
parties will waive their right to litigate these issues in court and instead will resolve their
dispute through binding arbitration in “International Centre for alternative Dispute
Resolution” (ICADR) at Hyderabad where the claim is up to Rs.40,00,000/- only.

Further, the parties agree to seek an amicable settlement of such dispute by


Conciliation/Mediation under the ICADR Conciliation Rules, 1996. The authority to
appoint the Conciliator(s)/ Mediators(s) shall be the International Centre for Alternative
Dispute Resolution. The International Centre for Alternative Dispute Resolution will
provide administrative services in accordance with the ICADR Conciliation Rules, 1996.
Settlement of Claims above Rs.40,00,000/- in value:
For all the claims above Rs.40,00,000/- in value either party shall go to the Civil Court of
the competent jurisdiction by way of regular suit and not by Arbitration.

ADDRESS:
International Centre for Alternative Dispute Resolution (ICADR)
Regional Centre, Hyderabad
10th Floor, Gagan Vihar Building,
Opp. Gandhi Bhawan, M.J. Road,
Nampally, Hyderabad – 500001
Tel. No.: 91 040 24745165, 24731514.
Tel. & Fax: 91 040 24745165
Clause-74 Not Used
Clause-75 Recoveries
Any recovery or recoveries advised by Government Departments (either State or Central
Government) due to non-fulfilment of any Contract entered with them by the Contractor
shall be recovered from bills or deposits of this Contract.
Clause-76 Quarterly Report on Labour

The Contractor shall furnish the quarterly report regarding labour employed by him on the
work to the District Employment Officer, Hyderabad in the proforma enclosed in
Schedule-`G'.
Clause-77 Agreement - Stamp Paper
The present stamp charges are as follows as per Indian Stamp Act 1989 effective from
1.4.1990.
Stamp Duty
(a) Value of Contract does not exceed Rs 5000/- 10 Rupees
(b) exceeds Rs.5000/- but does not exceed Rs 20000/- 20 Rupees
(c) exceeds Rs20000/- but does not exceed Rs.50000/- 50 Rupees
(d) exceeds Rs 50000/- 100 Rupees
(e) Articles of Association of a company 300 Rupees
The Agreement should be concluded on a Non-Judicial Stamp Paper of appropriate value.

Clause-78 Recovery towards income tax and surcharge will be made from the gross payment
made to the Contractor at source i.e. from each running bill. This deducted amount
will be credited to the Government, as per Income Tax Act at the rates fixed from
time to time.
Clause-79 Security Deposit and Withheld amounts
Within (7) days of receipt of the notification of award from the HMWSSB, the

TENDERER Chief General Manager(Engg)


Vol-I - 50 Transmission Circle, Hyderabad
successful Tenderer shall furnish to HMWSSB a security deposit in the form of a
Crossed Demand Draft or a Bank Guarantee from a Scheduled Bank / Nationalised
Bank in India to an amount of two and half percent of Contract price valid till the
completion of defect liability period (Defect liability period shall commence from
date of completion of work and taken over by the Engineer). The forms of security
deposit provided in the tender document may be used or some other form acceptable
to HMWSSB.

Failure of the successful Tenderer to comply with the requirements of IT 33 or IT


34 shall constitute sufficient grounds for the annulment of the award and forfeiture
of the Earnest Money Deposit.
Clause-80 Cancellation of Contract
The Contract is liable to be cancelled if either the Contractor or any of his employee
is found at any time to be a retired officer of the Government of Telangana in any
Engineering Department, Boards, Corporations, Municipalities, Urban development
authorities who had not completed a period of two years from the date of retirement
and who had not obtained permission of the Government before submission of the
tender or engagement in the Contractor service.

The Contractor shall indicate the names of the persons who are working with him in
any capacity and are subsequently employed in the Division / Circle. He shall also
furnish a list of Non-gazetted employees of the HMWSSB, related to him. Failure to
furnish such information renders him liable to be removed from the list of
Contractors and his Contract liable for cancellation. Near relatives include:
1. Sons, step sons, Daughters, step-daughters
2. Son-in-law and Daughter-in-law
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, Uncles, Aunties
9. Cousins
10. Any person residing with the Contractor.
Clause-81 CONSTRUCTION EQUIPMENT
Statement giving brief particulars of equipment that will be put at the disposal of the
work, should accompany the tender in Schedule-`G'.

(a) Equipment (Excavators, Cranes, Concrete mixers, vibrators, welding machines,


power gen-set and Transport for materials viz., lorries, tractors and carts etc.).
Clause-82 EMPLOYMENT TO EX-TODDY TAPPERS

The Tenderer should offer employment to ex-toddy tapers as far as possible. The
number of ex-toddy tapers to whom he can so offer employment should be
mentioned in the tender and he should undertake agreement to offer such
employment to such members.
Clause-83 PAYMENT TO LABOUR UNDER EMERGENCY
The Contractor should note that in the event of emergency he shall pay the labour
every day and if this is not done, the department shall make requisite payment and
recover the cost from the Contractor.

Clause 84 BASIS FOR EVALUATING THE CAPACITY OF CONTRACTORS IN THE


EVENT OF THEIR TENDER BEING ACCEPTED

TENDERER Chief General Manager(Engg)


Vol-I - 51 Transmission Circle, Hyderabad
84.1 The criteria for the qualification of tenders before evaluation shall be as follows:
a) Financial Standing.
b) Past Experience.
c) Organisational Capability.
84.2 Tenderers are required to furnish necessary data / documents along with their tender in
support of their competence under above heads. Data / documents furnished shall be true
in all respects. On verification by HMWSSB if it is found to be not true or if the Tenderer
has attempted to conceal any unfavourable data, their tender will be treated as
non-responsive and will be rejected.

84.3 The minimum criteria expected in respect of the above heads are given below for a
Contractor applying as an individual as well as an individual member of Joint Venture.
Tenderers meeting with these minimum requirements will only be considered for award of
the work.

84.4 Financial Standing

1.0 Attested copies of the financial audited accounts including balance sheet and profit
and loss account for the ten financial years i.e. April 2014 to March 2015 to April
2023 to March 2024, certified by the chartered accountants shall be furnished.

1.1 If the tenderer is a company, annual reports for the financial years April 2014 to
March 2015 to April 2023 to March 2024 along with the audited reports under
companies act shall be furnished.

1.2 In case of Tenderers other than companies, if the turnover in the financial years
exceeds Rs.200 Lakhs per annum, the audited accounts along with the auditor’s
certificates under section 44 AB of the Income tax Act shall be furnished. If audited
report under Section 44AB of Income Tax Act is not furnished for any year, it will
be deemed that the turn over for that year is less than Rs.60 Lakhs if the financial
year is (2010-2011) to (2011-2012), is less than Rs.100 Lakhs if the financial year is
(2012-2013) to (2015-2016) and is less than Rs.200 Lakhs if the financial year is
(2016-17) onwards. In the case of Tenderers other than companies, if the turnover in
any of the above financial years does not exceed Rs.60 Lakhs for the financial years
(2010-2011) to (2011-2012), Rs.100 Lakhs for the financial years (2012-2013) to
(2015-2016) & Rs.200 Lakhs for the financial years (2016-17) onwards, the
following certificate shall be given by a Chartered Accountant for each year for the
Profit and Loss Account and the Balance Sheet.

1.3 And in other cases the Chartered Accountant shall give the following certificates for
each year for the Balance Sheet and for the Profit and Loss Account.
"We have audited the above Balance Sheet / Profit and Loss Account of
M/s._________________________ _____________________ as on ________ of
the said firm / individual for the year ending __________ and stated that in our
opinion the said accounts give a true and fair view of
_______________________________________.
In case of the balance sheet of the said firm / individual, affairs as on _________
and _____________________ in case of profit and loss of the profit and loss for the
year ended on ___________.
The said Balance Sheet and Profit and Loss Accounts are in agreement with books
of accounts and returns produced and that we have obtained all the information and

TENDERER Chief General Manager(Engg)


Vol-I - 52 Transmission Circle, Hyderabad
explanations which to the best of our knowledge and belief were necessary for the
purpose of the audit".
1.4 The copies of certificates and other documents uploaded with the tender should be
signed by the tenderer. The Originals of the certificates shall be produced as per
requirement to verify the copies of statements and other information furnished online
with the tender as per GO [Link].174 of I&CAD, dt: 1.9.2008.
2.0 Deleted.
2.1 Deleted.
3.0 Bidder capacity: The assessed capacity of the Tenderer, as calculated below, shall notbe less
than the estimated value of the contract (i.e. Rs. Rs 1,51,48,374=20Ps ). The estimated value of
the work(s) is likely to be awarded by the HMWSSB among the tenders submitted earlier (even
though the letter of acceptance has not been approved by the HMWSSB) shall also be taken into
account while arriving the value of “B”.
Assessed Capacity = 2 AN – B;
Where;
A= Maximum value of Civil Engineering works executed in any one financial year during the
last ten years (up dated to current price level taking into account the completed as well as
works in progress by adding 10% per year).
N = Number of years prescribed for completion of work upto date price level for which tenders are
invited.
B = Value of existing commitments and ongoing works (and the estimated value of work(s) which
is likely to be awarded even though the letter of acceptance has not been approved by
HMWSSB) to be completed during the period of the contract.

In case of tenderers other than companies, if audited reports under section 44AB of Income Tax Act
is not furnished for any year it will be deemed that the turnover for that year is less than than Rs.60
Lakhs if the financial year is (2010-2011) to (2011-2012), is less than Rs.100 Lakhs if the financial
year is (2012-2013) to (2015-2016), is less than Rs.200 Lakhs if the financial year is (2016-17)
onwards.
84.5 Resource Mobilization

Each prime bidder should further demonstrate the availability of liquid assets and/or credit
facilities of not less than Rs.37.87 Lakhs. The Tenderer shall submit Credit lines / Letter of
Credit / Solvency Certificates etc., of not earlier than April ’2024 from any Nationalized /
Scheduled Bank to this effect and in case of Liquid Assets, the amount as on 31-3-2024 will
be taken in to account from the Audited Balance Sheets.

84.6 Sub-contractors experience and resources will be taken into account in determining the bidders
compliance with the qualifying criteria, as per [Link], dt:1.7.2003 of I&CAD Department,
GOAP.

84.7 Local Standing


It is necessary that the Tenderer has a sound financial standing with little, if any, history of
litigations, arbitrations etc. For this purpose, references and testimonials from bankers and clients
with whom the Tenderer has had past association shall be furnished. Their reports and investigations
by Hyderabad Metropolitan Water Supply and Sewerage Board (HMWSSB), wherever possible and
necessary, will be duly weighted to establish the overall financial capability.

84.8 Tenderers are expected to furnish required details in support of their financial standing as indicated
vide Schedule-`E'. The information given in Schedule-E shall be with reference to the audited
financial statements given as per Clause No. 84.4.

84.9 Past Experience - Quantum & experience of Works executed


The past performance of the tenderer is established from record of successful execution and
completion of similar type of works in time and in workman like manner. For this purpose

TENDERER Chief General Manager(Engg)


Vol-I - 53 Transmission Circle, Hyderabad
testimonials etc., from clients for whom the applicant had executed similar type of works
during the past ten years and having present worth equal to or higher than minimum amount
indicated below will have to be submitted by the tenderer and where necessary reference
will be made to previous clients. Tenderers are expected to furnish past performance data
for the works referred by them and indicated in Schedule-F (enclosed in Volume-I). Said
similar works executed during the past ten years i.e. not earlier than April-2014 shall satisfy
the following requirements

It is necessary that the tenderer should have executed and completed similar type of works in the
past ten years i.e. not earlier than April’2014 one or more of the said works maintained
successfully by the tenderer added together shall be minimum of Rs.75.741 lakhs, in any one
year during past 10 years. The present worth of each of these jobs executed and completed by
the tenderer in the past will be calculated based on escalation of 10% per annum.

ii) It is necessary that the tenderer should have executed and completed similar type of works
successfully i.e (i) The tenderer should have successfully completed atleast 6 months MoM
experience in maintenance of 1200mm dia PSC/MS pipeline along with attending of the day to
day leakages on 1200mm dia & above pumping/gravity main (ii) The tenderer should have
successfully completed atleast (6) Nos of leakages on 1200mm dia above PSC/MS
pumping/gravity main duly replacing the PSC pipe with new MS pipe along with machine ends
fixing (or) MS Internal barrels within 24 hours shutdown period as per specifications .In one or
more contracts added together in one year during last ten years (specified financial years) i.e.
not earlier than April’2014.

a. The past experience certificate furnished by tenderer should be signed by the Executive
Engineer/in charge of work and counter signed by the Superintending Engineer or equivalent.
In case where Superintending Engineer post is not in existence, the counter signature has to
made by the next higher authority

b. The past performance of the bidder in satisfactory execution of works taken up (ongoing works)
& completed works in HMWSSB shall also be taken into consideration in evaluation and
awarding of the contract.

c. Any ambiguity in respect of financial standings and past experience or the certificates produced
by the bidder, in respect of the bids received will be placed before the Tender Accepting
Authority for its decision. The decision of the Tender Accepting Authority would be final and
based on such decision, the price bids will become eligible for opening.

84.10 Organisational Capability


Tenderer's organisational capability will be judged based on data furnished by him in
respect of personnel, construction plant and equipment for the job/s quoted as past
experience vide Form-3 and its appendices. Tenderer is required to confirm that he has
adequate number of qualified personnel with relevant experience in his employment and
that he also possesses adequate construction equipment in working condition and he would
deploy the same in case he is awarded the contract. Tenderer is expected to furnish bio-data
of the key personnel proposed for this work.
Tenderer is also expected to give an undertaking that he will deploy adequate supporting
staff (i.e. Jr. Engineer / Foreman / Supervisors and other staff) and any additional
construction equipment for completing the Contract in scheduled time.
84.11 Even though the bidders meet the above qualifying criteria, they will be disqualified if they
have;
- made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and
- record of poor performance such as abandoning the works, not properly completing
the contract, inordinate delays in completion, litigations history on works or financial
failures etc.

TENDERER Chief General Manager(Engg)


Vol-I - 54 Transmission Circle, Hyderabad
84.12 Acceptability
a) The Tenderers who meet the specified minimum requirements in respect of financial standing,
past experience and organisational capability will only be considered for award of the work.
Sub-contractors' experience and resources shall be taken into account in determining the bidder's
compliance with the qualifying criteria as per GO [Link].94, dated: 1-7-2003 of I&CADD.
b) Not Used
Clause- 85 Not Used
Clause- 86 Not Used
Clause- 87 Not Used
Clause-88 Penalties
If for any reason the work is not completed by the period as provided in the
agreement, or the extended period, the penalties will be 0.1% of contract value per
day.
The period for which the above penalties will be commenced from the date of agreed
completion till the actual date of completion of work. The maximum amount of
penalties to be levied under this clause shall not exceed 5% of the contract value.
Clause-89 Defect liability period is not applicable, as the work is MoM.
Clause 90 Water & Power Charges
The supply of water and electric power is the responsibility of the contractor at his
own expense. However, if either electric power or water is made available by
HMWSSB, then the costs of such electric power or water will be recovered by
HMWSSB from the contractor at the rates prevailing at the time.
Clause 91 Not used.
Clause 92 GST Taxes:
The amount quoted by the contractor shall be deemed to be exclusive of GST taxes
and on all the materials that the contractor has to purchase for the performance of
this contract and GST will be paid extra as applicable and the contractor is solely
responsible for payment of GST to the concerned authority.
Clause 93 Terms of Payment:
i) For Civil Works payment will be made as per APDSS conditions.
ii) In the case of MS pipes & MS Specials:
a) 70% of the agreement rate after manufacturing the pipes and testing at the factory.
b) 10% of the agreement rate after inlining and out coating and conveyance to site of work.
c) 15% of the agreement rate after laying, jointing, and the payment shall be restricted to
the length of pipeline tested.
d) Balance 5% of the agreement rate after hydraulic field testing and refilling the line
Note The watch and ward for the safe storage of the pipes, specials and valves shall be arranged
exclusively by the Contractor, at his own cost. No extra payment will be made to the Contractor for
conveyance of the same to the work site from any temporary storage location selected/provided.

Clause-94: The contractor should ensure the safety of the water supply lines, sewer lines, telephone
cables, power cables, storm water drains etc., at the site of work and, if any damage occurs
during execution and maintenance, it should be attended immediately at the contractors cost.
Failing to attend immediately, the same will be got done by the Department at the cost risk
of the contractor. Special care is to be taken in the detoured pipeline portion in this regard.

Any delay caused during execution of pipeline for obtaining permissions such as blasting,
road cutting, replacement of cables of electrical / telephone / OFC, no compensation will be
allowed to the bidder.

Clause 95 Deleted
Clause 96 Inspections and Quality Control.

i) In addition to the quality assurance inspections of the concerned General Manager (Engg)

TENDERER Chief General Manager(Engg)


Vol-I - 55 Transmission Circle, Hyderabad
and his subordinate Engineers of HMWSSB at site for all the civil works, the contractor is
required to cooperate and extend all facilities for the routine / regular / surprise, quality
control inspections of the GM(E), Quality Control Division, and his subordinate
Engineers, HMWSSB and or for the quality check inspections of third party personnel if
any engaged by HMWSSB including collection and testing of samples.

ii) In the case of various pipes and manholes, in addition to the required quality assurance
inspections and tests by the concerned General Manager (Engg) and his subordinate
Engineers of HMWSSB at factory and at site as the case may be, the contractor is required
to cooperate and extend all facilities for the routine / regular / surprise, quality control
inspections and tests for the various pipes and manholes, by the GM(E), Quality Control
Division, HMWSSB and his subordinate Engineers and or for the quality check
inspections and tests by third party personnel if any engaged by HMWSSB including
collection and testing of samples etc.
iii) In the case of various appurtenances in addition to the required quality assurance
inspections and tests by the concerned General Manager (Engg) and his subordinate
Engineers of HMWSSB at factory and at site as the case may be, the contractor is required
to cooperate and extend all facilities for the routine / regular / surprise, quality control
inspections and tests for the various valves as above, by the GM(E), Quality Control
Division, HMWSSB and his subordinate Engineers and or for the quality check
inspections and tests by third party personnel if any engaged by HMWSSB. Since such
inspections usually involve the inspecting personnels visits to the various manufacturing
units at different stages including for the inspection of Valves /MS Pipes etc at
manufacturer works premises for factory testing by the GM(E)/ CGM(E) /
Director(Technical), the cost of said inspections shall be borne by agency.
.

TENDERER Chief General Manager(Engg)


Vol-I - 56 Transmission Circle, Hyderabad
FORM OF TENDER

To:
The Chief General Manager (Engg),
Transmission Circle,HMWSSB,
Khairatabad, HYDERABAD – 500004. T.S.
Sir,

I / We, ……………………………………………………………… do hereby tender and, if this tender be


accepted undertake to execute the following works, viz., ………………..……………
……………………………………………………………………. as shown in the Specification Drawings and
described in the Specification and method of payment as are provided for in "“Conditions of Contract”
covered by AP Preliminary Specification (General Conditions of Contract) and Conditions of Particular
Application relating to “Payment by measurement at unit prices”.

I / We ……………………………… …………………… have completed the tender premium / discount in


Schedule - A, annexed, (in words and figures) for which I/We …………………………
…………………………… agree to execute the work.

I / We ………………………………………………….. agree to keep the offer in this tender valid for a period
of …………….. month(s) mentioned in the tender notice and not to modify the whole or any part of it for any
reason within the above period. We understand that if the tender is withdrawn by me/us for any reason
whatsoever, the earnest money deposited by me/us will be forfeited to the HMWSSB.

I / We ………………………………………………….. hereby distinctly and expressly declare and


acknowledge that before the submission of my/our tender, I / We ……………………...
……………………….………………………………have carefully followed the Invitation to Tender and
Instructions to Tenderers and have read the AP Preliminary Specifications (General Conditions of Contract)
and Conditions of Particular Application therein and that I / We ………………………………
…………………. have made such examination of the Contract Documents and of the Specification Drawings,
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 Specification Drawings and Specifications; and
distinctly agree that I/We ……………………………………….… will not hereafter make any claim or
demand upon the HMWSSB / Government, based upon or arising out of any alleged misunderstanding or
misconception or mistake on my/our part of the said requirements, covenants, agreements, stipulations,
restrictions and conditions.

I / We ……………………………………………….. enclose herewith a crossed Demand Draft / Bank


Guarantee for the payment of the sum of Rs…………… (Rupees …………..………………
…………………………………… …………………….……………………) as earnest money not to bear
interest.
If my / our tender is not accepted, this sum shall be returned to me/us on my/our application when intimation
sent to me/us of rejection or at the expiration of one month / two months / three months after the last date
prescribe for the receipt of tenders, whichever is earlier. If my/our tender is accepted, the earnest money shall
be retained by the HMWSSB / Government as security for the due fulfilment of the Contract. If upon written
intimation to me/us by the HMWSSB / Chief General Manager (Engg) / General Manager(Engg), I /We
…………………… …………………………….. fail to attend the said office on the date therein fixed or if
upon intimation being given to me/us by the HMWSSB / Chief General Manager (Engg) / General
Manager(Engg)of acceptance my/our tender,

I/We …………….… ….…………………………. fail to make the additional security deposit (where a Bank
Guarantee is furnished towards the Earnest Money Deposit, a fresh Bank Guarantee for the total security
deposit shall be furnished for the period of completion and defects liability period the original Bank Guarantee
furnished along with tender shall be returned after furnishing the fresh Bank Guarantee towards Security) or to

TENDERER Chief General Manager(Engg)


Vol-I - 57 Transmission Circle, Hyderabad
enter into the required agreement as defined in the tender documents I / We ……………………
…………………………………….. agree to the forfeiture of the earnest money. Any notice required to be
served on 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 the HMWSSB / Government shall be the foundation of the rights of 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 contracts on behalf of HMWSSB / Government.

I /We understand that you are not bound to accept the lowest or any tender you may receive.

Dated this _____________________ day of ________________ 2024.

Signature _________________________ in the capacity of _________________, duly authorised to sign the


tender for and on behalf of ________________________________________________
(Block Capitals)

Name of witness __________________________ Address ______________________________


_______________________________
_______________________________
(Signature of Witness)
HMWSSB

TENDERER Chief General Manager(Engg)


Vol-I - 58 Transmission Circle, Hyderabad
TENDER APPENDIX

1. Earnest Money Deposit IT/Conditions of contract No.

a) Crossed Demand draft or IT

b) Bank Guarantee IT

Form of Bank Guarantee for EMD Schedule B of Vol-I

2. Amount of Security Deposit IT 34

3. Date of Commencement of work Conditions of 58


and period of completion of work Contract

4. Penalties Conditions of 88
Contract

5. Maximum amount of Penalties Conditions of 88


Contract

6. Defect liability period Conditions of Contract 89

7. Documents to be furnished in IT 22.5


sealed cover ‘A’

8. Terms of payment Conditions of Contract 93

Dated this ___________________ day of _____________________________________ 2024.

Signature ________________________ in the capacity of ___________________________

Duly authorised to sign Tender for and on behalf of ___________________________

Name of witness ________________________ Address ______________________

Signature of witness ________________________________

TENDERER Chief General Manager(Engg)


Vol-I - 59 Transmission Circle, Hyderabad
LETTER OF ACCEPTANCE
From:
------------------------------------------
------------------------------------------
------------------------------------------
To
------------------------------------------
------------------------------------------
------------------------------------------

Gentlemen,

Sub:- Tender for ........................................................................................................

Ref:- Your Tender for the above work .......................................................................

*********

Kindly refer to your letter No. ........................................... dated ……………….......................


………………....……………….. forwarding your tender in response to Invitation to Tender
No. ..................................................................

You are hereby informed that the referenced tender is accepted.

You are requested to furnish the security deposit in the form specified in clause 79 of the Conditions of
Contract within _____________ days of the receipt of this letter and are also requested to be present at the
CGM(E),[Link], HMWSSB Office, ___________________________, for execution of Contract
documents within _____________ days of the date of receipt of this letter along with non judicial stamp paper
as per clause no 77 of conditions of contract.

The Contract will be governed by the Conditions of Contract as set out in the Tender Documents subject
to modifications accepted by the ___________________ HMWSSB.

Please return this copy duly accepted and signed.


Yours sincerely,

----------------------------------------
(Signature)
Accepted
-----------------------------------
-----------------------------------
Signature, Name & Designation
Seal of Firm

TENDERER Chief General Manager(Engg)


Vol-I - 60 Transmission Circle, Hyderabad
FORM OF AGREEMENT

THIS AGREEMENT is made on the .......….... day of ...………..... 2024 between (name of
Employer) .................................................................................................... of (mailing address of
Employer) .................................................................................................... hereinafter called “the Employer”,
of the one part and (name of Contractor) .......................................................................... (hereinafter called “the
Contractor”) of the other part.

WHEREAS the Employer is desirous that certain works should be executed, viz (brief description of
Works) .................................................................................................... and has, by Letter of Acceptance dated
(date of Letter of Acceptance) ................................................................., accepted a tender by the Contractor
for the execution, completion and maintenance of such Works, NOW THIS AGREEMENT WITNESSETH as
follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to
them in the Conditions of Contract hereinafter referred to.

2. The following documents shall be deemed to form and be read and construed as part of this Agreement,
viz:
a) this Form of Agreement;
b) Security deposit;
c) the Letter of Acceptance;
d) the said Tender and Appendix
e) the Technical Specifications;
f) Schedule – A (Bill of Quantities);
g) Specification Drawings (Section-VII);
h) The Schedules of Supplementary Information (B to H, J to N and P)
j) The Conditions of Particular Application (Section-III – Part-II) including Addenda
k) The General Conditions of Contract (Section-III – Part-I)
l) Programme of Work
m) Schedule Q
n) Schedule R
3. The aforesaid documents shall be taken as complementary and mutually explanatory of one another, but in
the case of ambiguities or discrepancies shall take precedence in the order set out above.
4. In consideration of the payment to be made by the Employer to the Contractor as hereinafter mentioned,
the Contractor hereby covenants with the Employer to execute, complete and maintain the works in
conformity in all respects with the provisions of the Contract.
5. The Employer hereby covenants to pay the Contractor in consideration of the execution, completion and
maintenance of the Works the Contract Price at the times and in the manner prescribed by the Contract.

IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to be hereunto
affixed (or have hereunto set their respective hands and seals) the day and year first above written.

SIGNED, SEALED AND DELIVERED.

By the said By the said

Name ................................................... Name ...……................................................


On behalf of the Contractor On behalf of the Employer
In the presence of: In the presence of:

................................................……….. ..............................……………...................

Name ................................................... Name ...……................................................

Address ............................................... Address .............…..................................…


................................................... .…..................................................

TENDERER Chief General Manager(Engg)


Vol-I - 61 Transmission Circle, Hyderabad
................................................... .…..................................................

TENDERER Chief General Manager(Engg)


Vol-I - 62 Transmission Circle, Hyderabad
FORM OF BANK GUARANTEE FOR
SECURITY DEPOSIT / ADDITIONAL SECURITY DEPOSIT

In consideration of the HMWSSB, _________________________, (hereinafter called “HMWSSB”)


having agreed to accept from __________________________________________________________ “the
said Contractor(s)”, a security deposit as may be modified from time to time wherever necessary under the
terms and Conditions of the Contract entered into by the said Contractor(s) in respect of work
________________________________________ ______________________________________, Contract
No. ______________________ under the HMWSSB for the due fulfilment of the terms and conditions of the
said Contracts under the said Engineer, on production of a Bank Guarantee for Rs.___ (Rupees
_________________________________________________________________ __________________ only),
we ______________________________________________ Bank _______________________ branch,
hereby undertake the guarantee to pay immediately to the HMWSSB, on demand in writing by the HMWSSB,
an amount of Rs. __________ (Rupees __________________________
____________________________________) without any reservation and recourse against any loss or damage
caused to or suffered by the _________________ HMWSSB by reason of any breach by the said contractor(s)
of any of the terms ad conditions of the said contact under the said HMWSSB

We _______________________________________________ Bank, __________ further agree that


the guarantee hereby contained shall remain in full force and effect during the period that will be taken for the
performance of the said Agreement under the said Engineer and that it shall be in enforcement until all the
dues of the _____________ HMWSSB under or by virtue of the said Contract under the said Engineer have
been fully paid and their claims satisfied or discharged or until the said Engineer certifies that the terms and
conditions of the said Agreement under the said Engineer have been fully and properly carried out by the said
Contractor(s) and accordingly discharges the guarantee subject, however, that the _________________
HMWSSB shall have no rights under this guarantee after (date). We ____________
___________________________ Bank Ltd., lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the HMWSSB in writing.

Dated ______________________ day of ________________ 2024.

For ________________________________________________________ Bank.

TENDERER Chief General Manager(Engg)


Vol-I - 63 Transmission Circle, Hyderabad
PROGRAMME OF WORK
(Rate of Progress)

The Contractor shall furnish below his programme of work, accompanied by bar charts, arranged as he deems
fit in order to complete the total work within the period of Twelve (12) months for “Manning and Operation
and Maintenance for arresting leakages with requisite materials and appurtenances at different locations
on 1200mm dia transmission lines of Phase-III & IV from Singapur to Lingampally and 1200mm dia from
Singapur to Khanpur under Singapur Section, Sub-division [Link], Transmission Division-II, Patancheru
for the period of ONE Year” including all civil works and completing successfully.

---------------------------------------------------------------------------------------------------------------------------

a) Programme to complete the work under Part I of Schedule ‘A’. (physical and financial for each month in
the shape of Bar Chart).

Refer Clause 58 of Conditions of contract

---------------------------------------------------------------------------------------------------------------------------

Name :

Signature :

Dated :

( Seal ) Designation :

TENDERER Chief General Manager(Engg)


Vol-I - 64 Transmission Circle, Hyderabad
ANNEXURE-IV
SPECIAL CONDITIONS

1) Time is the essence of the contract, the entire work in all respects shall be completed within (12)
Twelve Months from the date of Work Order / agreement/handing over site.

2) The entire supplies shall be in accordance with relevant IS Specification and relevant standards. All
materials must comply with relevant IS Specifications only.

3) The materials supplied and work carried out shall be warranty or guaranteed for a period of (12)
twelve months from the date of commissioning against the manufacturing defects such as
defective materials or faulty workmanship.

4) This invitation to tender is open only to all eligible registered contractors of:

a) This invitation to tender is open only to all eligible Registered Contractors/Firms of Class-III
(Civil) and above as per [Link] 66 I & CAD (Reforms) Department) dtd: 20.04.2015 amendment to
[Link] 94 I & CAD (PW-COD) Dept dated: 1-7-2003 of Irrigation & CAD Department of GoAP.
b) The tenderer should note that the emergency leakage arresting works in the above work has to be
completed within the 24 hrs shut down period for which he has to submit a declaration for completing
the same on their letter head and he should have 24 hours shutdown experience in arresting the
leakages/junction works.
c) If the bidder is not a manufacture of MS pipe, the tenderer must have the specific MoU/ Authorization
with the Manufacturer of MS Pipes/MS Barrels for supply as per site requirement.

5) The Contractor shall procure all equipment conform to the latest applicable standards as per IS. All
standards and code of practices referred to shall be the latest edition including all official
amendments and revisions.

6) TEST CERTIFICATE: The supplier shall provide test certificate of each consignment giving
information like cast/lot number and corresponding chemical composition.

7) Test certificate/Performance certificate must be produced for releasing of the payment duly signed by
the concerned authorities or as directed by the departmental officer

8) Taxes & Duties: GST is extra @ 18%.

9) PENALTY CLAUSE: In case delivery is not affected as per Appendix III, a penalty at the rate of
one percent (1%) per week subject to a maximum of Five percent (5%) on the cost of material
not delivered within the stipulated date, shall be levied by the HMWS&SB.
10) All risks of loss of or damage to physical property and of personal injury and death which arise
during and in consequence of the performance of the Contract other than the expected risks are
the responsibility of the Contractor
11) If any damages/defective materials or faulty workmanship found later that will changed with new one
by the supplier/agency with in 24 Hours in the system. Other wise penalty at the rate of one
percent (1%) per day subject to a maximum of Five percent (5%) on the total cost of material
shall be levied by the HMWS&SB
12) PAYMENTS
i. Payment shall be regulated as per relevant clauses of TGDSS.
13) The pouring of the valve should be witnessed and certified by either HMWSSB officials or 3 rd
party engaged by HMWSSB.

14) The terms and conditions stipulated in the tender document are final. The HMWSSB shall not

TENDERER Chief General Manager(Engg)


Vol-I - 65 Transmission Circle, Hyderabad
entertain any correspondence with the prospective Tenderer / Bidder/Agency/Participant, with respect
to relaxation, modification, removal, addition, alteration or deletion of the terms and conditions
stipulated in the tender document, at any point of time either pre-bidding or post bidding.

Further, the HMWSSB reserves the right in respect of the terms and conditions so stipulated.

TENDERER Chief General Manager(Engg)


Vol-I - 66 Transmission Circle, Hyderabad
SECTION-IV - SCHEDULE OF SUPPLEMENTARY INFORMATION
SCHEDULE – B
FORM OF BANK GUARANTEE FOR EARNEST MONEY DEPOSIT

WHEREAS _____________________________________________________________ (name of firm


(hereinafter called ‘TENDERER’) wish to participate in tender enquiry e-Tender Notice EP No.
57/CGM(E)/TC/T1/MoM-TD-II/2024-25, dated: 23-10-2024 of Chief General
Manager(Engg),[Link], HMWSSB, Khairtabad, Hyderabad-500 004, (hereinafter called the ‘HMWSSB)
for (Name of work) ‘Manning and Operation and Maintenance for arresting leakages with requisite
materials and appurtenances at different locations on 1200mm dia transmission lines of Phase-III & IV
from Singapur to Lingampally and 1200mm dia from Singapur to Khanpur under Singapur Section, Sub-
division [Link], Transmission Division-II, Patancheru for the period of ONE Year ”.

AND WHEREAS in terms of the tender conditions the Tenderer is required to furnish to the
HMWSSB a Bank Guarantee for a sum of Rs. ________________ (Rupees
______________________________________________________________________) as earnest money
against the Tenderer’s offer aforesaid.
AND WHEREAS We, ____________________ Bank, ____________________________ branch
have at the request of the Tenderer agreed to give to the HMWSSB this guarantee as hereinafter contained.

We, _______________________________________________________________ Bank,


________________________ branch, hereby undertake the guarantee to pay immediately to the HMWSSB,
on demand in writing by the HMWSSB, an amount of Rs. ________________ (Rupees
___________________________________________________) without any reservation and recourse if the
Tenderer shall for any reason withdraw whether expressly or implied their said tender during the period of its
validity or any extension thereof or the Tenderer fails to execute the agreement for the work awarded to them
by the HMWSSB.
We, The _________________________________ Bank, ______________________ further agree to
that our liability to pay the aforesaid amount is not dependent or conditional on the HMWSSB proceeding
against the Tenderer and we shall be liable to pay the amount without any demur, merely on a claim raised by
the HMWSSB.
The guarantee herein contained shall not be determined or affected by the liquidation or winding up
or dissolution or change of constitution or insolvency of the said Tenderer but shall in all respects and for all
purposes be binding and operative until payment of all money(s) due to the HMWSSB in respect of such
liability under the guarantee is restricted to Rs. _____________ ( Rupees
______________________________________________________________). Our guarantee shall remain in
force until _______________________________. We shall be relieved and discharged from all our liability
thereunder.
We, the ______________________________________, undertake not to revoke this guarantee
during its pendency/currency except with the previous consent of the HMWSSB in writing.

Station : Name of the Bank :

TENDERER Chief General Manager(Engg)


Vol-I - 67 Transmission Circle, Hyderabad
SCHEDULE - C
INCOME TAX FILING / PAN DETAILS
F O R M – ‘I’

1. Name and style (of the Co., Firm, HUF or Individual) in which the applicant is assessed or assessable to
Income-Tax and address for the purpose of assessment :

2. Names and addresses of all companies firms, Associations or persons in which the applicant is
substantially interested in his individual or fiduciary capacity

Note: For the purpose of Clause (2) above the words ‘substantially interested’ would have
the same meaning as in explanation to section 40A(2).

3. (a) The Income-Tax Circle/Ward/District in which the applicant is assessed and the
Permanent Account No.

(b) In case of partnership firm:

Name of the Address Permanent Income-tax circle/


Partner Account No. ward where assessed
(1) (2) (3) (4)

4. The following particulars are to be furnished concerning the Income-Tax Assessments for the preceding
ten years:

Year Total income Tax demanded Tax paid Balance due


(1) (2) (3) (4) (5)

5. (a) Has any penalty for concealment been imposed


under the provisions of the Income-Tax Act, 1961
or Wealth-tax Act, 1957 on or after 1st April 1975?

(i) If answer is affirmative, the date, amount of penalty


imposed and the section under which imposed.

(ii) Has any appeal has been filed against the


Penalty Order before the Appellate Assistant
Commissioner of Income-Tax or before the
Income Tax Appellate Tribunal? If so, what
was the result thereof along with date of the
appellate order?

(b) Has there been any conviction for an offence within


the meaning of section 277 of the Income-tax Act, 1961
or under section 36(2) of the Wealth-tax Act, 1957
or under section 199/200 of the Indian Penal Code?
If so, the date of conviction orders.

TENDERER Chief General Manager(Engg)


Vol-I - 68 Transmission Circle, Hyderabad
c) Details of total contract amount received by the applicant, whose name is mentioned against (1)
above, during the preceding ten accounting years.

Date of previous Assessment Total Contract The name of the authority


year ending year amount received or persons from whom
amounts are received
(1) (2) (3) (4)

6. In case there has been no I.T. Assessment for any year, whether returns have been submitted under
section 139(2) and 133 of the Income-tax Act, 1961 or tax has been paid in advance under section 210(3)
of the Income-tax, 1961 and if so, the amount of income returned for each year and tax of each of the ten
years mentioned above and the I.T Circle/Ward/District concerned where such returns have been filed,
give reasons for the same.

Assessment Income Tax paid on self- Tax paid in Date of


year returned assessment u/s.140A advance u/s.210 payment
(1) (2) (3) (4) (5)

7. Whether any attachment certificate or proceedings are pending in respect of the arrears and the name and
address of the branch(es) if any.

I declare that the above information is correct and complete to the best of my information and belief.
Signature of the Tenderer / Contractor :
Date : ________________ 20__ PAN :
Address :

Note: 1) Tax in Column 3 and 4 of para 4 include all items viz., I.T., S.T., Surcharge, etc.
CERTIFICATE

I hereby certify that:-


i) information contained in this application has been verified from the assessment records and found
correct.
ii) The assessee has paid all tax demands due other than those which have been stayed by the
competent authority.
iii) The assessee has been co-operating with the Department in facilitating the completion of the
pending assessments.

a) The period of three year has expired from the date of the appellate order of the Income-tax
Appellate Tribunal confirming or partially confirming the penalty levied on or after 1-4-75
u/s.271(1)(c) of the Income-tax Act, 1961 or u/s. 18(1)(c) of the Wealth-tax Act, 1957.
Or
In cases where no appeal has been filed by the assessee against the penalty imposed on or after
1-4-75 under section 271(1)(c) of the Income-tax Act, 1961 or u/s.18(1)(c) of the Wealth-tax

TENDERER Chief General Manager(Engg)


Vol-I - 69 Transmission Circle, Hyderabad
Act, 1957, the period of three years has expired from the date of imposition of the penalty.

b) The period of three years has expired from the date of the order of conviction on or after 1-4-75
u/s.277 of the Income-tax Act or u/s.36(1) of the Wealth-tax At, 1957 or u/s.199/200 of the
Indian Penal Code.

Note:- Delete whichever is inapplicable in the above certificate.

Date : Signature of the I.T.O.

Seal : Circle/Ward/District

TENDERER Chief General Manager(Engg)


Vol-I - 70 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION - D

GST REGISTRATION CERTIFICATE

Office of the Commercial Tax Officer,


_________________ Circle
_________________

[Link]. Dated :

CERTIFICATE

This is to certify that M/s. _________________________________________________________ having their


Regd. Office at address _________________________________________________
_______________________________________________ are on the rolls of the Commercial Tax Officer,
_________________ Circle, _______________________ with the following registration number(s):-

GST No. _____________________________________________


CST No. _____________________________________________

They have filed their monthly A-2 returns and have paid tax up to _______________________ under the GST
and CST Act and the assessment has been completed for the Financial Year __________.

Commercial Tax Officer,


_________________ Circle
_______________________
_______________________

TENDERER Chief General Manager(Engg)


Vol-I - 71 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION - E

IDENTIFICATION AND FINANCIAL DATA SHEET

1. Audited Financial Statements (Balance Sheet and Profit and loss account) for the last ten
years (Preceding last financial year) including Contingent Liabilities and Projects in
progress duly certified by the Charted Accountant in the format enclosed.( Illustrative
example is also enclosed for guidance).

2. Latest Solvency Certificate from a Scheduled / Nationalised Bank.

3. Certificate for credit limits from a Scheduled / Nationalised Bank.

Note:
1. If the tenderer is a company, Annual reports of the financial years 2014-15 to 2023-24, along
with the audited reports under the Companies Act shall be furnished.

2. In case of tenderers other than the companies, if the turnover in any of the above financial years
exceeds Rs.60 Lakhs / Rs.100 Lakhs per annum, the audited accounts along with the auditor’s
certificates under section 44 AB of the Income Tax Act shall be furnished. If the audited
reports under section 44AB of Income Tax are not furnished for every year, it will be deemed
that the turn over for that year was less than Rs.60 Lakhs / Rs.100 Lakhs.
3. In case of tenderers other than the companies, if the turnover in any of the above financial years
does not exceed Rs.60 Lakhs / Rs.100 Lakhs per annum, the following certificate shall be
given by the Chartered Accountant for each year for the Profit and Loss Account and the
Balance sheet.
“ We have audited the above Profit and Loss Account / Balance Sheet of
as on
for the financial year ending _________ and in our opinion the said accounts give a true
and fair view. The said balance sheet and Profit & Loss Account are in agreement with
books of accounts and returns produced and that we have obtained all the information and
explanations which to the best of our knowledge and belief were necessary for the purpose
of the audit.

4. Originals of the certificates shall be produced at the time of opening tenders.

TENDERER Chief General Manager(Engg)


Vol-I - 72 Transmission Circle, Hyderabad
BALANCE SHEET
([Link])
Liabilities 31.03.2014 to 31.03.2024 (10 years)
1. Paid up Capital
2. Reserves and Surplus
3. Borrowings:
3.1Term loan from Fis
3.2Working Capital Loans
3.3Other Loans
3.4Interest Accrued & Due on Loans
Sub – total
4. Current Liabilities & Provisions
4.1Creditors for Materials
4.2Advances on Contracts
4.3 Provisions
Sub Total
TOTAL
Assets
[Link] Assets - Gross Block
Less Cumulative Depreciation
Net Fixed Assets
6. Capital Work-in-Progress
7. Investments
8. Current Assets, Loans, Advances
8.1 Inventories
8.2 Sundry Debtors
8.3 Cash and Bank Balance
8.4 Loans and Advances
Sub-Total
9. Expenses and losses to the
extent not written off
TOTAL
Financial Indicators:
* Net worth
* Current Ratio
* Liquid Ratio
* Capital Employed
* Debt : Equity Ratio

TENDERER Chief General Manager(Engg)


Vol-I - 73 Transmission Circle, Hyderabad
PROFIT & LOSS ACCOUNT
(Rs. Lakh)
31.03.2014 to 31.03.2024 (10 years)
INCOME
1. Income From Operations
2. Other Income

TOTAL

EXPENDITURE

3. Materials
4. Salaries and Wages
5. Administrative and Other Exp.
6. Interest
7. Depreciation
8. Deferred Revenue Exp. w/o
9. Other Expenses w/o
[Link] Expenditure

[Link] Before Tax


[Link] Income tax
[Link] After Tax
[Link] Period Adjustments
[Link] - ordinary Items
[Link] Available For Appropriations
[Link] Dividend
[Link] Profit

Financial Indicators :
* Profit Before Tax To :
Capital Employed (%)
Net Worth (%)
Sales (%)
Earning Per Share (Rs.)
* Cash Generated from Operations

TENDERER Chief General Manager(Engg)


Vol-I - 74 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION – F

PROJECT WISE EXPERIENCE


PART - A PHYSICAL ACHIEVEMENTS OF EXECUTED / COMPLETED WORKS
Name of project Name and address Brief description of Period of completion Total value of project Quantity of work completed in each financial
and location of client, telephone, work year of the project ( lakh Rupees)
fax numbers (as relevant to
qualification criteria) (in years, e.g (Rupees in Crores, Last Ten Years (Year 1 being the
12months = 1Yrs) e.g. Rs. 151.483 ) first year or part year of the project)
Specified Actual Contract Completed 2014-15 to 2023-24 (10 years)

Note : Certificates signed by an Executive Engineer (or equivalent) shall be furnished in proof of the above particulars. The certificates shall be
countersigned by a serving Superintending Engineer or equivalent.

Name Date
Seal Signature Designation

TENDERER Chief General Manager(Engg)


Vol-I - 75 Transmission Circle, Hyderabad
PROJECT EXPERIENCE
PART B - ABSTRACT OF PHYSICAL ACHIEVEMENTS OF EXECUTED / COMPLETED WORKS
[Link]. Description of work item as per Qualification Criteria Minimum Quantity of work completed in each of the last ten financial
quantity years
of work required 2014-15 to 2023-24 (10 years)

Name Date
Signature Designatio
n
(Seal)

TENDERER Chief General Manager(Engg)


Vol-I - 76 Transmission Circle, Hyderabad
PROJECT WISE EXPERIENCE
PART C - FINANCIAL ACHIEVEMENTS OF EXECUTED / COMPLETED WORKS
[Link]. Name of project and location Name and address of client Value of Value of work completed each financial year (lakh
(with telephone and fax) completed work Rs)
(lakh Rs.) 2014-15 to 2023-24 (10 years)

Note: Certificates signed by a serving Executive Engineer (or equivalent) shall be furnished in proof of the above particulars the certificates
shall be counter signed by a serving superintending Engineer or equivalent.
Name Date
Signature Designation
(Seal)

TENDERER Chief General Manager(Engg)


Vol-I - 77 Transmission Circle, Hyderabad
PROJECT WISE EXPERIENCE
PART D - FINANCIAL DETAILS OF WORKS AWARDED AND ONGOING WORKS TO BE EXECUTED BY CONTRACTOR DURING
THE PERIOD OF THE WORK UNDER CONSIDERATION
Sl Name of Project and Location Name and address of client Value of works to be executed during the period of
No. (telephone & fax) completion of the work under consideration (lakh Rs)
awarded Balance of ongoing works

Note : Certificates signed by an Executive Engineer (or equivalent) shall be furnished in proof of the above particulars.
The certificates shall be countersigned by a Superintending Engineer or equivalent.

Name
Signature
Date
(Seal) Designation

TENDERER Chief General Manager(Engg)


Vol-I - 78 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION - G
CONSTRUCTION EQUIPMENT ON NON JUDICIAL STAMP PAPER OF Rs.100/-
DETAILS OF CONSTRUTION EQUIPMENT IN POSSESSION OF THE CONTRACTOR (EITHER OWNED OR ON LEASE)
S Description of Manufacturer Capacity No in Age(s) Present Present No required No
No Equipment possession condition location as per proposed to
of Tenderer qualification be brought
criteria to site

1 Shovel 0.50 Cum 75 HP 1 No


2 Shovel 0.85 Cum 110 HP 1 No
3 Diesel Generator 50 KVA 1 No
4 Dewatering pump 5 HP 1 No
sets -5 HP & 10 HP
10HP 2 Nos
5 Truck 10 t 1 No

Note : I/We hereby confirm that the quantity and type of equipment to be deployed for construction will not be less than those indicated
above and agree to bring more equipment, if so warranted, in the opinion of the General Manager(Engg) at no extra cost to HMWSSB.

Name Date
Signature Designation
(Seal)

TENDERER Chief General Manager(Engg)


Vol-I - 79 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION - H

PERSONNEL

S No Required Proposed Experience


Qualification No. Qualification No. Nature of work Required Experience of the proposed
experience person in years
in years

1 Graduate 1 No 1 Year
Engineers
([Link] / B.E
Civil)

2 Diploma 2No’s 1 Year


Engineers
(Diploma-
Civil)

Name :
Signature :
Date :
Seal of Company Designation :

TENDERER Chief General Manager(Engg)


Vol-I - 80 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION - J

BIO-DATA OF TECHNICAL PERSONNEL OF THE TENDERER WHO


WILL BE AVAILABLE FOR THE EXECUTION OF THE PROPOSED CONTRACT
(furnish data separately for each of the personnel)

a) [Link]. :

b) Name :

c) Designation :

d) Qualifications :

e) Duration of employment with Tenderer :

f) Years of professional experience :

g) Experience on works of similar nature during employment with Tenderer, and previous employment, if any. Details to be furnished in reverse order
starting with present project :

Name :

Signature :

Date :

Seal of Company Designation :

TENDERER Chief General Manager(Engg)


Vol-I - 81 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION – K

RECORD OF ARBITRATION & LITIGATION

The Tenderer shall record chronologically any disputes he has had with any of his previous Clients during the last 10 years, indicate whether Arbitration or
Litigation, the nature, approximate duration and amount of claim involved in respective cases.

S no Project Identification Name and Address of Nature of Dispute


and Location Client, tel & fax Description Arbit’n/ Period Amount Result In favour of
. Litigat’n From -To Claimed Client/
(lakh Rs). Contractor

Name : Date :

Signature : Designation :
Seal of Company

TENDERER Chief General Manager(Engg)


Vol-I - 82 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION – L
HISTORY OF CRIMINAL CASES

S No Name of Police Town or Village FIR No & Details of the Stage of the case/
Station and District Date charges Result

Name : Date :

Signature : Designation :
Seal of Company

TENDERER Chief General Manager(Engg)


Vol-I - 83 Transmission Circle, Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION – M
GENERAL POWER OF ATTORNEY
By this power of Attorney, I/We ................................................................, s/o ........................................... aged
about .......................... years,
r/o. ........................................................................................................... ...............................................................
......., Partners of . ............................................................ having its registered office
at .............................................................................………..........……..hereby
appoint ................................................................................, aged about ................. years
s/o. ................................. ................................................ as our lawful attorney on behalf of the company, to do
and execute all or any of the following acts, deed and things, that is to say:
1) To apply for, obtain and renew all licenses, permits, etc., that are necessary for carrying on the said
business.
2) To submit all statements, returns, etc., to proper authorities as required by any law or rule in force and to
verify the same by production of documents and papers.
3) To appoint, employ, dismiss or discharge any agent, broker, office, clerk, peon or any other person at
such remuneration, commission, or salary, as the said attorney thinks fit.
4) To draw, accept, endorse, negotiate or pay any bill of exchange, hundi, promissory note, cheque, draft,
railway receipt, bill of lading or other instrument which may be deemed necessary for carrying on the
said business.
5) To open and operate bank accounts in any bank or banks in the name of the firm and/or to authorise any
person or persons to operate the above bank account.
6) To borrow or raise loans from time to time, such sums of money, from any individuals, recognised
financial institutions such as Banks, Andhra Pradesh State Financial Corporation, Industrial Development
Corporation etc., and upon such terms as the said attorney may think fit upon the security of any of the
properties of the firm ................................................. whether movable or immovable and for such
purpose to execute such document or documents as may be necessary for securing the repayment of such
loan or loans.
7) To negotiate, enter into any bargain, do all acts, things or execute any deeds or documents or other
instruments or assurances as may be necessary for selling, mortgaging or purchasing any movable or
immovable property, from any individual, recognised financial institutions such as Banks, Andhra
Pradesh State Financial Corporation, Industrial Development Corporation etc., and upon such terms as
the said attorney may thinks fit.
8) To institute contest, compound, submit to arbitration all suits proceedings, claims, demands etc., arising
in course of or in relation to the aforesaid business.
9) To execute and sign in our name individually or collectively and on our behalf any document, letter or
deed in respect of .......................................................... to carry on the business effectively.
And I/We hereby agree to ratify and confirm all and whatsoever our said attorney shall lawfully do or cause to
be done by virtue of this deed.
In witness whereof, I/We the said partners has hereto signed at ............................................... on this
the ...................................................
WITNESSES:- Name of Partner Signatures
1. 1. 1.
Date :

TENDERER Chief General Manager(Engg)


Vol-I - 84 Transmission Circle,Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION - N

JOINT VENTURE AGREEMENT (Format)

(Deleted)

TENDERER Chief General Manager(Engg)


Vol-I - 85 Transmission Circle,Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION – P

Contractor’s Registration

1. Copy of Contractor’s Registration in the required class and above shall be enclosed

TENDERER Chief General Manager(Engg)


Vol-I - 86 Transmission Circle,Hyderabad
SCHEDULE OF SUPPLEMENTARY INFORMATION – Q
AFFIDAVIT
(Rs: 100/- Non-Judicial Stamp Paper)

e-Tender Notice EP No. 57/CGM(E)/TC/T1/MoM-TD-II/2024-25, dated: 23 -10-2024


.

1. I/We ______________________________ certify that the information furnished by me/us is true and
agree that my / our tender shall be rejected if I/We am/are found to have misled or made false
representation in the form of any of the Supplementary information and/or statements submitted in proof
of the eligibility and qualification requirements or if I/We have a record of poor performance such as
absconding from work, works not properly completed as per contract, in ordinate delays in completion,
financial failure and/or has/have participated in previous tendering for the same work/s and had quoted
unreasonable high tender premium. In addition I/We shall be blacklisted and the work be taken over
invoking conditions of contract.

2. I/We ______________________________ agree to be disqualified for tendering further works in the


HMWSSB if I/We ___________________withdraw my/Our tender without a valid reason (to be decided
by the Authority competent to accept the tender).

3. I/We_______________________________ accept that my/our tender shall be rejected if any criminal


cases are pending against me/us/partners of the firm at the time of submitting the tender.

4. I/We_______________________________ certify that the documents uploaded by us through


eprocurement platform are genuine and treat them as self attested and if the documents found fake / false
at a later date, I/We _________________________ abide by the action taken by the HMWSSB /
Telangana HMWS&SB without approaching any court whatsoever for redress.

5. I/We_______________________________ accept that my/our tender shall be rejected if any the


information furnished is incorrect.

6. I/We _______________________________ agree that if the history of litigation, arbitration and criminal
cases pending against me/us/Partners furnished by me/us is false, I/We ________________________
will abide by the action taken by the HMWSSB / Telangana HMWS&SB without approaching any court
whatsoever for redress. However, I/We shall be given suitable opportunity to offer my/our explanation
before action is taken against me / us.

7. I/We ______________________________ certify that the addendas issued by the HMWSSB have been
received by me/us and incorporated in my /our tender.

8. Further I / We _______________________________ certify that no near relatives (as defined in tender


document) are working in the HMWSSB.

9. I / We______________________________ also agree to undertake to keep accurate and system of


accounts, records and furnish the same ( including that of sub-contractor) and agree to reimburse
HMWSSB any excess amount claimed by me / us over and above my / our entitlement as per Conditions
of contract.

10. I/We ______________________ hereby declare that I/We read the specifications and all the relevant IS
Standards and all requirements of the work and that I/We have myself/ ourselves are thoroughly satisfied
about the quality, availability and transport facilities for all materials and labour required for the work on
which I/We have based my/our rates for the work. The Specifications, plans and conditions of contract
have been received by me/us before submitting the tender.

TENDERER Chief General Manager(Engg)


Vol-I - 87 Transmission Circle,Hyderabad
11. I / We______________________________ also declare that I / We have not blacklisted / not barred in
any Govt. /Municipality / undertaking Departments as on tender date.

12. I / We enclosing herewith the list of works on had in various Departments in separate sheet.

13. I / We ____________________ possesses necessary safety equipments and the same shall be provided to
the workers engaged for the purpose of this work, failing which, we will be held responsible for any
untoward incidental occurred if any reported and liable for blacklisting and criminal proceedings.

Dated this ……………………………… day of …………….. 2024…

Signature ………………………………. in the capacity of ………………… duly authorized to sign the

Tender for and on behalf of


………………………………………………
(Block Capitals)
Signature of Witness :
Name of Witness
Address of Witness

TENDERER Chief General Manager(Engg)


Vol-I - 88 Transmission Circle,Hyderabad
SCHEDULE – R
FAIR WAGES CLAUSE AS PER [Link].1763/[Link]-3-1963

A) The Contractor shall pay not less than fair wages notified by the Government from time to tome to the
labour engaged by him on the work. No claim will be entertained on account of any revision of
minimum wages which may be ordered by the Government.

B) “Fair Wages” means wages whether for time or place work, notified by the Government from time to
time in the area in which the work is situated.

C) The Contractor shall notwithstanding the revisions of any Contract to the contrary cause to be paid to the
labour engaged by the Sub-Contractor in connection with the said work as if the labourers had been
directly employed by him.

D) In respect of labour directly or indirectly, employed in the works for the purpose of the Contractor’s part
of the agreement the Contract or 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 labour at the satisfaction of the General Manager
(Engg.).

E) The General Manager (Engg.) shall have the right to call for such records as required to satisfy himself
on the payment of fair wages to the labour and shall have the right to deduct from the Contract a suitable
amount for making good the loss suffered by the worker or workers by reasons of the “Fair Wages”
clause to workers.

F) The Contractor shall be primarily liable for all payments to be made and for the observance of the
regulations framed by the Government from time to time without prejudice to his right to claim
indemnity from his Sub-Contractors.

G) Any violation of the conditions above shall be deemed to be a breach of his Contract.

H) The Contractor will at all times duly observe the provisions of Employment of children Act XXVI of
1938 and any re-enactment or modification of the same and will not employ or permit any person to do
any work for the purpose of under the provision of this agreement in contravention of the provisions of
the said Act. The Contractor hereby agrees to indemnify the HMWSSB against all claims, penalties
which may be referred by the HMWSSB, or any person employed by the Labour Department, Govt of
AP by reason of any default on the part of the contractor in observance of the provisions of Employment
of Children Act XXXI of 1938 or any re-enactment or modifications of the same.

TENDERER Chief General Manager(Engg)


Vol-I - 89 Transmission Circle,Hyderabad
SCHEDULE – S

QUARTERLY REPORT OF THE LABOUR EMPLOYED ON CONSTRUCTION WORK

Return for the quarter ending :

1. Name and Location of the Work :

2. Name of the Contractor(s) :

3. Employed on Government Works / :


HMWSSB Works

4. Address Place District State

5. Employment to Earning :
a) Men ________ nos.
b) Women ________ nos.

6. Total No. of workers employed :


during the quarter.

7. No. of persons employed by the :


Contractor, on the above work.

8. Total No. of man hours worked :


during the quarter

9. Total (Basic) Wages paid (in Rs.) :

10. Total Net Earnings (in Rs.) :

11. No. of working hours during the quarter :


a) On Normal Day ________ nos
b) On Saturday ________ nos

TENDERER Chief General Manager(Engg)


Vol-I - 90 Transmission Circle,Hyderabad
12 a) No. of man-hours of over-time :
worked during the quarter.
b) Over-time payment if any :
(in Rs.) during the quarter
c) Total [Link] working days :
during the quarter.
d) Length of the Normal Wages :
periods.
e) Accidents :

Number of accidents Circumstances under


Fatal Permanent Temporary which accident occurred
disablement disablement

13. Total no. of accidents during the quarter :

14. Compensation paid if any (in Rs.) :

15. Volume and value of construction :


done during the quarter.

16. a) Total cost of materials (approx.) :


b) Total payment of workers :
c) Overhead Charges (approx.) :
d) Total man hours worked :
e) Maternity benefits
i) No. of female workers :
who have been given
maternity benefit.

ii) Amount paid. :

TENDERER Chief General Manager(Engg)


Vol-I - 91 Transmission Circle,Hyderabad
SCHEDULE-U
MANUFACTURERS AUTHORIZATION FORM FOR MS Pipes/MS Barrels.
NO._________________ Dated.
To:
Dear Sir,
e-Tender Notice EP No. 57/CGM(E)/TC/T1/MoM-TD-II/2024-25, dated: 23-10-2024

We _______________________________________who are established and reputable Manufacturers of MS


Pipes/ MS Barrels having factories at________________________ and __________________________
do here by authorize M/s ________________________________________(Name and address to bid,
negotiate and conclude the contract with you against IFB NO._____________________ for the above goods
manufactured by us. we also under take to supply the above materials as per time schedule given by the
purchaser and we are giving the assurance for Technical supporting for completion of the entire project.

We here by extend our full guarantee and warranty as noted for the goods for supply against this invitation for
bid by the above firm.

WARRENTY:

1. We warranty that the goods supplied under this contract are new, unused, of the most recent or
current models and incorporate all recent improvements in design and materials unless provided
otherwise in the contract. We further warrants that the goods supplied under this contract shall have
no defect arising from design, materials or workmanship (except in sofar as the design or material
is required by the purchaser’s specifications) or from any act or omission of that may develop
under normal use of the supplied goods in the conditions prevailing in the country of final
destination.

2. This warranty shall remain valid for (24) months after the goods or any portion thereof as the case
may be, have been delivered (and commissioned) to the final destination indicated in the contract.

3. The purchaser shall promptly notify the supplier in writing of any claims arising under this
warranty.

4. Up on receipt of such notice, the supplier shall, with all reasonable speed, repair or replace the
defective goods or parts thereof, without cost to the purchaser other than, where applicable, the cost
of inland delivery of the repaired or replaced goods or parts from the part of entry to the final
destination.

5. If the supplier, having been notified, fails to remedy the defect(s) within a reasonable period, the
purchaser may proceed to take such remedial action as may be necessary, as the supplier’s risk and
expense and without prejudice to any other which the purchaser may have against the supplier
under the contract.

Yours faithfully,
Name:
For and on behalf of M/s
(Name of Manufacturer)
Note: This letter of authority should be on the letterhead of the manufacturing concern and should be signed by
a person competent and having the power of attorney to bind the manufacturer.
Important:
1. [Link] and Date on MOU is mandatory
2. If the tenderer is submitting Authorization from any Dealers, Dealer authorization from the specified
company along with [Link] should also be uploaded.

TENDERER Chief General Manager(Engg)


Vol-I - 92 Transmission Circle,Hyderabad
SCHEDULE-V

UNDER TAKING LETTER ON DECLARATION OF TENDERER.


(Onletter head)
To, dt: _________
The Chief General Manger (E),
Transmission Circle, HMWSSB,
Khairatabad-500004,HYDERABAD-T.S.

Name of the Work: Manning and Operation and Maintenance for arresting leakages with requisite
materials and appurtenances at different locations on 1200mm dia transmission
lines of Phase-III & IV from Singapur to Lingampally and 1200mm dia from
Singapur to Khanpur under Singapur Section, Sub-division [Link], Transmission
Division-II, Patancheru for the period of ONE Year”.

Ref: e-Tender Notice EP No. 57 /CGM(E)/TC/T1/MoM-TD-II/2024-25, dated: 23-10-2024


.

I/We hereby declare that I/We read the specifications and all the relevant IS Standards and all
requirements of the work and that I/We have myself/ ourselves are thoroughly satisfied about the quality,
availability and transport facilities for all materials and labour required for the work on which I/We have based
my/our rates for the work. The Specifications, plans and conditions of contract have been received by me/us
before submitting the tender.

I/We am/are prepared to furnish detailed data in support of all my/our rates quoted, if and
when called upon to do so without any reservations within (3) days from the date of receipt of communication.

Also I/We hereby submit that I/We complete the junction work within the shut down period of
24 hours or as site requirement & as per the tender conditions otherwise action may be taken on me/us as per
APDSS codal rules.

Signature of the Tenderer

TENDERER Chief General Manager(Engg)


Vol-I - 93 Transmission Circle,Hyderabad
SECTION - V
ADDENDA
[Issued (if any)]

(Contractor shall enter the particulars of addenda issued by the HMWSSB and enclose the addenda to the
tender in sealed cover ‘A’ at the time of submitting the tender)

[Link]. Date of Issue

TENDERER Chief General Manager(Engg)


Vol-I - 94 Transmission Circle,Hyderabad
SECTION-VI - TECHNICAL SPECIFICATIONS
PART-1 GENERAL

1.1 SCOPE

Manning and Operation and Maintenance for arresting leakages with requisite materials and
appurtenances at different locations on 1200mm dia transmission lines of Phase-III & IV from
Singapur to Lingampally and 1200mm dia from Singapur to Khanpur under Singapur Section,
Sub-division [Link], Transmission Division-II, Patancheru for the period of ONE Year. The pipeline
is proposed to be laid under-ground except in few stretches where it will be laid above ground.

1.2 DESCRIPTION OF WORK

The works to be undertaken in each section of the contract are more particularly described on the
Drawings and other parts of the Contract Documents. The descriptions given below shall not be
considered as limiting or restricting the extent of the Works in any manner.
1.2.1 The major works covered under this tender are detailed below:

1) Manufacture, supply and delivery of MS Pipe barrels of 1200 mm dia


2) Hiring charges of Shovel 0.5 Cum 75 Hp.
3) Hiring charges Shovel 0.85 Cum 110Hp.
4) De-watering pipe line trenches for 5Hp 1 Nos
5) Engaging diesel generator set 30 KVA for attending leakage
6) De-watering pipe line trenches duly bailing out water with 10Hp Electric engine.
7) Engaging diesel generator set 50 KVA for attending leakage
8) Engaging Engaging Skilled labour for attending leakages
9) Engaging Semi-Skilled labour for attending leakages
10) Supply & Delivery of Seiko solution, Cement, Pig lead, spun yarn
11) Supply & Delivery of cement using at site.
12) Supply and delivery of pig lead using at site
13) Supply & Delivery of spun yarn of best quality.
14) Engaging Truck 10t to carry men and materials
15) Removing of existing damaged 1200mm dia PSC pipe.
16) Hoisting and keeping of 1200mm dia MS Barrels of 6.0M length of 1 Nos.
17) Preparationery works for taking shut down like operating the scour valves.
Any other work entrusted by the Departmental Engineer.

The total period for completion of above work is Twelve (12) months from the date of receipt of work
order/handing over site/signing of agreement, inclusive of monsoons

1.3 SPECIFICATION DRAWINGS


The specification drawings are incorporated in tender documents. These drawings are made for
tenderer's guidance only. "Released for construction" drawings will be issued to the contractor
during progress of the works. "Released for construction" drawings may be revised and revised
copies may be issued to the contractor during execution of the work. It shall be appreciated that for
work of this nature included in this contract, there are limitations for issuing construction drawings at
tender stage and hence" "Released for Construction" drawings progressively issued during
construction broadly conforming to the basic scheme as shown in the tender drawings, shall form a
part of the contract. No claim will be entertained on the score that the details shown on "Released for
Construction" drawings are different from those shown on the tender drawings, unless the drawings
indicate such items of work which are not a part of the Bill of Quantities.
1.4 STANDARDS SPECIFICATIONS.
Except where otherwise specified plant, materials and workmanship shall comply with the
requirements of the relevant Indian Standards (hereinafter referred to as IS) issued by the Bureau of

TENDERER Chief General Manager(Engg)


Vol-I - 95 Transmission Circle,Hyderabad
Indian Standards. Other equivalent National or International Standard Specifications such as those
issued by the International Organization for Standardization (ISO) or the International
Electrotechnical Commission (IEC) may be substituted at the sole discretion of the Engineer or as
may have been agreed in the Contract. All standards used shall be the current version.
The Contractor shall obtain at least one copy of each IS, other approved standards or reference work
which are referred to in the Specification and a copy of all other standards which apply to materials
which are being supplied to, or workmanship executed on, the Works.

All materials and workmanship not fully specified herein or covered by an approved standard shall be
of such kind as is used in first class work and suitable to the climate in the project areas.
1.5 ENVIRONMENTAL POLICY.
Before commencing the works the contractor shall, submit to the General Manager(E) for his approval
the Environmental Policy which he proposes to follow when carrying out the works. The policy shall
consider both environmental and health and safety aspects. The policy shall clearly indicate the
following:

a) Methods of ensuring security of the site


b) Method of securing existing areas within the site (eg. Chemical, explosive, and fuel stores,
refuse dumps)
c) Formal camp structure and method of discouraging informal settlements
d) Safety and security of the electrical system
e) The adequacy of outdoor lighting
f) The source and quality of water supply
g) Fire fighting provision
h) Sewage treatment and sanitation facilities
i) Methods of disposal of refuse, domestic, industrial, hazardous wastes
j) Vermin and pest control
k) Dust control
l) Noise control
m) Safety of transport facilities
n) Medical facilities
o) Protection of water courses and streams
p) Protection of flora and fauna
q) Archaeology / Paleontology
r) Soil preservation / erosion prevention
s) Organisational frame work for ensuring compliance with the policy

1.6 Water and Electricity Supply


The contractor shall make his own arrangements for the supply of water and electricity for the
purposes of the works.

Water and wastewater derived from the construction, testing and completion of the works shall be
disposed of clear of the site to the satisfaction of the General Manager(E).
1.7 Latrines and Washing Facilities

Throughout the period of construction of the works the contractor shall provide, maintain and cleanse
suitable and sufficient latrines and washing facilities for use by his employees, he shall ensure that his
employees do not foul the site but make proper use of the latrines.

Where practicable the latrines shall be connected to the nearest sewer, or if this is not practicable the
contractor shall provide an adequately sized septic tank and soak away.
The contractor is also to provide separate latrines to the above requirements for all the General
Manager’s(E) staff.

After completion the latrines and washing facilities shall be removed, all ground dis-infection and the

TENDERER Chief General Manager(Engg)


Vol-I - 96 Transmission Circle,Hyderabad
surface reinstated to the satisfaction of the General Manager(E).

1.8 Camps and Accommodation

The contractor shall construct and maintain to the General Manager’s(E) satisfaction a camp to
provide living accommodation for all his staff and operatives who have no other local
accommodation. The Contractor’s camp shall be located close to but on the site itself and at a
location approved of by the General Manager(E).

Responsibility for providing all services to the living quarters and compliance with all sanitary laws
and other laws and regulations shall be borne by the contractor. Security and the fencing of these
areas shall be the responsibility of the contractor.
1.9 Safety Regulations on site

The Contractor shall comply with all statutory and other regulations concerning the safety of his site
staff, operatives, staff of the HMWSSB and General Manager(E) and members of the public, as a
result of his operations. He shall obtain copies of all the relevant regulations and shall make them
available on site for inspection by the General Manager(E).
1.10 Environmental Considerations
i) General
Disfigurement of the environment of the area during construction must be avoided and special care
shall be taken to prevent permanent damage. Needless adverse effects on the environment shall be
avoided. The Contractor shall take adequate steps to educate all members of his work force on the
environmental laws and protection requirements and shall construct all necessary control measures in
each area before work will be allowed to proceed.

ii) Protection and Replanting of the Flora


The contractor shall as far as possible protect the flora within the work site.
If areas are disturbed beyond the site boundaries the contractor shall re-instate the ground and re-
establish suitable vegetation as directed by the General Manager(E). Such re-establishment shall not
be left until the end of the contract period but shall be done as soon as practical as determined by the
General Manager(E).

iii) Erosion Control and Storm water Management


The contractor shall take appropriate and active measures to prevent erosion resulting from the own
works, operations and activities.
iv) Water Pollution Control
The contractor must take every precaution not to pollute streams or other bodies of water. Care
shall be taken when transferring and storing fuels and chemicals, old oils from machines shall be
carefully disposed of. During cleaning and painting of items detergents and sealants may run off
these should be interrupted at source rather then be allowed to enter the effluent stream.
Effluent from excavation will include suspended solids and may include other items such as
explosive residues, cement, oil and other contaminants. Washdown water from concreting works
will contain suspended solids and be very alkaline.

All effluents should be treated before disposal, such treatment may include oil interception, pH
correction, settlement. Twin treatment facilities area required so that one can continue in operation
while the other is desilted or maintained. All deposits must be remove to a suitable tip. The treatment
facilities shall be operated and the quality of treated water approved by the General Manager(E).

v) Dust Control
Dust levels shall be maintained at sensitive sites (villages, workers camps etc.). The valves shall be
compared with control station which are away from the main construction activities likely to give rise
to dust. A multi directed fallout bucket shall be used to measure the amount of dust deposited. Dust

TENDERER Chief General Manager(Engg)


Vol-I - 97 Transmission Circle,Hyderabad
levels shall generally be controlled by cleaning and sweeping surfaced road and spraying un-surfaced
areas with water other means of dust control such as spraying of oil will not be permitted.

vi) Noise Control


Ear protections are to be provided to all workers exposed to more than 85dB(A).

The contractors plant and equipment and working methods shall be such that the maximum sound
levels given in table are not exceeded

TABLE
Recommended Maximum
Location Measurement Position
Sound Level
Villages adjacent to work 1m from nearest building Rating level 7 dB(A) above residual sound
sites level
Villages adjacent to 1m from nearing building Rating level of 60 dB(A) and maximum
access roads sound pressure level of 70 dB(A)
Schools Inside class room with Rating level of 40 dB(A)
partially opened windows
Health clinics/hospitals Inside building with partially Rating level of 45 dB(A)
opened windows

vi) Geological, Palaeontological and Archaeological Remains


It is possible that unknown geological, palaeontological and archaeological remains exist on the site.
The contractor shall watch out for such remains and if such are found, he shall avoid interfering with
or damaging the remains and shall advise the General Manager(E) immediately and await further
instructions.

1.11 Protection of Existing Installations


The contractor shall apply to the General Manager(E) in writing at least 28 days before starting any
work which involves inference with existing structure, equipment, etc. The contractor shall not
execute such work until he has received permission to proceed, in writing from the General
Manager(E).
The contractor shall ensure that no earth, debris or rock is deposited on public or private roads or
rights of way as a result of the works and all vehicles leaving the site shall be cleaned accordingly.

1.12 Protection of Existing Public and Private Services


The contractor shall notify all public authorities, utility companies and private owners of proposed
works which will affect them not less than two weeks before commencing the works.

The contractor shall adequately protect, uphold, maintain and prevent damage to all services and shall
not interfere with their operation without the prior consent of the public authorities, utility companies,
private owners, or the General Manager(E) as appropriate.

If any damage to services results from the execution of the works, the contractor shall immediately:
i) Notify the General Manager(E) and appropriate public authority, utility company or private
owners.
ii) Make arrangements of the damage to be made good without delay to the satisfaction of the
public authorities, utility company or private owner as appropriate. The contractor shall be
liable for all costs for making good such damage.

The General Manager(E) may issue instructions or make other such arrangements as he deems
necessary, to repair rapidly any essential services damaged during the execution of the contractor.
Such arrangements shall not affect any liability to pay for making good the damage.
1.13 Permits

TENDERER Chief General Manager(Engg)


Vol-I - 98 Transmission Circle,Hyderabad
The contractor shall be fully responsible for obtaining all necessary permits, licenses and permissions
required for the execution of the works, prior to the commencement of the works.

1.14 Photographs
The contractor shall supply negatives of photographs and unmounted positive colour prints not less
than 250 x 200 mm of such portions of the works, in progress and completed, as may be directed by
the Engineer and specified herein. The negatives and prints shall not be retouched. The negative of
each photograph shall be the property of the HMWSSB and shall be delivered to the General
Manager(E) with the prints. No prints of these negatives shall be supplied to any other person without
the written permission of the General Manager(E).
The photographs shall be of two categories:

i) progress photographs
ii) record photographs

Both categories of photographs shall be properly referenced to the approval of the General
Manager(E), and on the back of each print shall be recorded the date and time of the photograph, the
direction in which the camera was facing, an identifying description of the subject and the reference.

Photographs taken for record purposes as ordered by the General Manager(E) or as specified herein
shall be supplied with three prints, having the reverse of one subscribed with the signatures of the
contractor and the General Manager(E) (or their authorized representatives) for the purpose of
attestation. If required, the contractor may at his own expense have an additional print similarly
attested for his retention.

The contractor shall supply one negative and three prints of each progress photographs ordered by the
Engineer. He shall supply two additional prints of progress photographs selected by the General
Manager(E) for incorporation in albums. He shall supply two sets of albums, mount the prints, and
title the prints and albums all to the approval of the General Manager(E).

The taking of photographs of the works by the contractor for any other purpose whether for use in
India or in any other country shall not be carried out without written approval from the General
Manager(E).

1.15 Contamination of Potable Water Supplies

Before any person is engaged on work involving a risk to the purity of potable water supplies or
deemed to involve such a risk by the General Manager(E), he shall be tested to indicate that he is not
a carrier of typhoid or other water borne disease and he shall be informed of the dangers of
contamination. The contractor shall notify the General Manager(E) of any person who has been
certified by a doctor as suffering from an illness associated with the looseness of the bowels, and no
such person shall be employed on such work until the HMWSSB’s medical adviser is satisfied that it
is safe for him to be so employed.
The contractor shall comply with the provision of ‘Safeguards to be adopted in the Operation and
Maintenance of Water works’ published by HMSO.

1.16 Site Investigations Records


A programme of site investigations was carried out at the site during 1989 and 1990. A copy of the
geotechnical report resulting from the site investigation will be available for inspection by the
contractor at the General Manager’s(E) office. The provision of such information shall not release the
Contractor of his responsibilities under Clause-11 of the General Conditions of Contract
1.17 Programme of Work
At the outset, the contractors shall draw up in consultation with the General Manager (E), after taking
into account the capacity of their fabrication workshop, other plant and machinery, staff, available

TENDERER Chief General Manager(Engg)


Vol-I - 99 Transmission Circle,Hyderabad
resources and as per the priorities of pipe laying works, a tentative fabrication and transporting
programme for the entire work entrusted to them by means of a PERT NETWORK. This programme
shall then be followed strictly by the Contractor. If any, modifications are desired or become
necessary the contractors shall obtain prior approval of the General Manager (E).
If at any stage during the progress of work, the programme previously prepared has to be altered, the
contractors shall do so immediately on receipt of instructions from the General Manager (E). Due to
changes in the programme of pipe laying works or any other reason whatsoever, it may become
necessary to modify the programme and the contractors shall do so without claiming any extra
payment. The contractors shall review the PERT periodically and arrange to re-schedule the same, so
as to complete the work within stipulated time.
1.18 Standards
The following specifications, standards, and codes are part of this specification. All standards,
specifications and codes of practice referred herein shall be the latest edition including all
applicable official amendments and revisions.
In case of discrepancy between this specification and those referred to herein, this specification
shall govern,
IS 2062 Steel for general structural purposes.
IS 808 Dimensions for hot rolled steel beam, column channel and angle sections
IS 814 Covered Electrodes for manual metal arc welding for carbon and carbon manganese
steel
BS 5155 Specification for Butterfly valves
AWSS-5.1 Specification for Mild Steel Covered Arc Welding Electrodes
IS 3613 Acceptance tests for wire flux combination for submerged arc welding
AWS : A-5.17 Specification for Bare Mild Steel Electrodes and Fluxes for Submerged arc welding
IS 1367 Technical supply conditions for threaded steel fasteners
IS 2016 Plain Washers
IS 2074 Ready Mixed Paint, air drying, red oxide zinc chrome, Priming
IS 1786 High yield strength deformed Steel bars and wires for concrete reinforcement.

IS 432 (Part-1) Mild Steel & Medium Tensile bars and hard drawn steel wire for concrete
reinforcement :Part 1 Mild steel and medium tensile steel bars

IS 432 (Part 2) Mild steel & Medium Tensile steel bars and hard drawn steel wire for concrete
reinforcement : Part 2 Hard drawn steel wire
IS 269 33 grade Ordinary Portland cement
IS 8112 Specification for 43 grade Ordinary Portland Cement
IS 8041 Specification for Rapid hardening Portland cement
IS 12269 Specification for 53 grade Ordinary Portland Cement
IS 455 Specification for Portland Slag Cement
IS 383 Specification for coarse and fine aggregate from natural source
IS 12330 Specification for Sulphate Resisting Portland Cement
IS 4353 Submerged Arc Welding of Mild Steel and Low Alloy Steels-Recommendations
IS 456 Code for practice for plain and reinforced concrete
IS 800 Code of practice for general construction in Steel
IS 816 Code of practice for use of Metal Arc Welding for General Construction.
IS 817 Code of practice for Training and Testing of Metal Arc Welders
IS 1182 Recommended practice for Radiographic examination of Fusion Welded Butt Joints
in steel plates
IS 2595 Code of practice for Radiographic Testing
IS 3658 Code of Practice for Liquid Penetrant Flaw Detection
IS 5334 Code of practice for Magnetic Particle Flaw Detection of welds
ASTM E 94 Recommended Practice for Radiographic Testing
ASTM E 109 Dry Powder Magnetic Particle Inspection
ASTM E 138 Wet Magnetic Particle Inspection

TENDERER Chief General Manager(Engg)


Vol-I - 100 Transmission Circle,Hyderabad
ASTM E 165 Liquid Penetrant Inspection
IS 3600 Methods of testing of Fusion Welded Joints and Weld metal in steel

IS 4853 Recommended Practice for Radiographic inspection of fusion welded butt joints in
Steel Pipes
IS 3589 Specification for seamless or Electrically welded steel pipes for Water, Gas and
Sewage
IS 6631 Steel pipes for Hydraulic Purposes
IS 7343 Code of practice for ultrasonic Testing for Ferrous Welded Pipes and Tubular
Products
IS 2598 Safety Code for Industrial Radiographic Practice
IS 5822 Code of Practice for laying of electrically welded steel pipes for water supply
IS 1566 Hard drawn steel wire fabric for concrete reinforcement
IS 6419 Welding rods & bare electrodes for glass shielded arc welding of structural steel.
IS 1974 Bare wire electrodes for submerged arc welding
IS 7307 Approval tests for welding procedures
IS 7310 Approval tests for welders working to approved welding procedures
IS 2720 Methods of test for soils
IS 780 Specification for sluice valves for water work purposes. (50 to 300 mm size)

IS 2906 Specification for sluice valves for water work purposes.(350 to 1200 mm size)

IS 1916 Steel cylinder pipe with concrete lining and coating


IS 7322 Specials for steel cylinder reinforced concrete pipes
IS:5504&IS 3589 Codes for SW pipes
IS 11906 Recommendation for cement mortar lining for cast iron, mild steel and ductile iron
pipes and fittings for transportation of water.
1.19 Materials
Cement - Ordinary Portland cement conforming to IS 269 and Sulphate resisting cement to IS
12330.
Aggregate - The aggregate shall conform to IS 383
Water - The water used in preparation of concrete mix shall conform to the requirements of
mixing water specified in IS: 456
Steel for reinforcement shall conform to IS 1786 or IS 432 (Parts 1 and 2)
Welding consumables - such as electrodes, filler rods and wires shall conform to IS 814, IS
3613, IS 6419 and IS 7280
When requested by the Engineer, the contractor shall provide test samples of the materials to be
used in the works for testing. The cost of such tests shall be borne by the contractor and shall be
included in his item rates.
Structural steel materials of required size and thickness such as channels, angles, nut bolts etc.
shall be procured at contractor’s cost confirming to IS 2062. All these materials should be
procured from the reputed manufacturers. The Contractors shall submit the original test
certificates from the manufacturer for the grade of the material and yield strength. One sample
from each lot as per IS specifications shall be tested in the approved laboratory at the cost of the
Contractors. If the test reports are not satisfactory, the entire lot will be rejected.
The Contractors shall procure structural steel considering the wastage/scrap etc. and rate quoted
shall be inclusive of taking into consideration wastage/scrap. The Contractors should note that
no claim whatsoever it may be would be considered on account of wastage and/or scrap etc.

TENDERER Chief General Manager(Engg)


Vol-I - 101 Transmission Circle,Hyderabad
PART-2 DETAILED SPECIFICATION
(A) RCC PIPES - NOT USED

(B)(i) MANUFACTURE OF MILD STEEL PIPES AND FITTINGS


1. General

1.1 This specification covers the manufacture, supply, testing and delivery of mild steel (MS) pipes and
specials, pipe fittings provided with inlining and coatings. The Tenderer shall supply pipes of 5 M.
minimum length, short pipes less than 5 M and specials required for curves, tees, branches, manholes,
air valves, scour and sluice valves. Specials shall suit 1024 mm outer dia. MS Pipes and air valves,
scour valves, and sluice valves and conform to the details furnished in Schedule-`A' and elsewhere in
the tender documents. The internal dia. after inlining with 10mm thick cement mortar is 1000 mm.
The dimensions of the fittings shall conform to IS:7322-1985.

2. Steel Pipes
2.1 MS Pipes and Short Pipes

2.1.1 MS Pipes shall be manufactured with 10 mm. thick steel plates. The internal diameter of the pipes
shall be 1000 mm dia after inlining with 10mm thick cement mortar. The steel plates shall conform
to IS:2062-1992 Grade-A.

2.1.2 The manufacture of M.S. Pipes and short pipes shall be done in conformity with I.S. 3589-2001.
2.1.3 Manual metal arc welding with covered electrodes shall also be permissible as per Clause 4.2(d) of
I.S. 3589-2001.
2.1.4 Electrodes shall conform to I.S. 814-1991.
2.1.5 The length of M.S. Pipe shall be 5 M. or more.
2.1.6 The length of M.S. short pipe shall be as required.
2.1.7 The ends of M.S. Pipes, short pipes shall have beveled ends for welding.
2.1.8 Ovality of the pipes, short pipes shall be removed before inlining is done.
2.1.9 The MS pipes and specials shall conform to IS : 3589 and IS: 7322 manufactured either by Electric
Resistance Welding (ERW) or submerged Arc Welding (SAW) process longitudinally or spirally
welded and tested to HMWSSB specific requirements. The manufacturing process shall ensure that
the;
i) Base material i.e. MS Plates or coils shall be of the required quality.
ii) Production equipment is well designed.
iii) Quality control is comprehensive.

2.1.10 During welding the weld gap along with the inner and outer welding heads shall have complete
automatic control and are kept within close tolerances. The welding devices shall be equipped with
the electronic control consisting of automatic welding voltage and automatic welding control
systems. The automatic electronic control systems shall ensure the correct welding parameters i.e.
amperage and voltage to maintain a uniform quality of weld. The butt joints of the pipe shall be
continuously welded first on the inside and after a half-turn of the pipe and also on outside using the
submerged or welding process. The pipes can then be cut into desired lengths by using a rotary oxy-
acetylene torch. The pipes manufactured shall be supplied with plain bevelled edges and bevelled
angle being 30o (+ 5o ,-0o) with a root face of 1.6 +/-0.8mm.

2.1.11 The pipes manufactured with spirally welding process are to be tested to the following requirements
in the presence of Engineer or his representative.

i. Continuous monitoring of dia and forming.


ii. Visual inspections of all pipes from inside and outside for permissible tolerances as per

TENDERER Chief General Manager(Engg)


Vol-I - 102 Transmission Circle,Hyderabad
IS:3589.
iii. All the pipes are to be subjected to hydrostatic test pressure of minimum 24 Kg/Cm² at the
factory with 100% ultrasonic test for factory joints.
iv. Radiographic testing of the pipe welds as per IS:4853 on 10% of the welded length for the
sample of pipes.
v. Mechanical Tests of pipes as per IS 3589.

2.1.12 The pipes manufactured with SAW or ERW process are to be tested to the following requirements in
the presence of Engineer or his representative.

i) Continuous monitoring of dia and forming.


ii) Mechanical Tests of pipes as per IS:3589.
iii) Visual inspections of all pipes from inside and outside for permissible tolerances as per
IS:3589.
iv. Each pipe shall be hydraulically tested to at the manufacturer’s works to a minimum test
pressure of 24 Kg/Cm² with 100% ultrasonic test for factory joints
v. Radiographic testing of the pipe welds as per IS:4853 on 10% of the welded length for the
sample of pipes.

2.2 Inlining
2.2.1 Inlining of M.S. Pipes is to be done in a factory to conform to IS: 11906-1986.

2.2.2 The cement mortar used for inlining shall be of 1:2 proportion by volume.

2.2.3 Cement used in the work shall conform to IS: 269/IS: 8112/IS : 12269.

2.2.4 The sand shall conform to Clause 2.2 of IS:11906-1986.

2.2.5 The thickness of inlining shall be 15mm. & tolerance can be +3 mm. with no minus tolerance.

2.2.6 The inlining of steel pipe shall be done with 15mm. thick using machine mixed cement mortar 1:2
proportion by volume and applied by the process of spinning, with a reinforcement of 6 mm. dia.
M.S. rings 4 Nos. on internal surface on each end of pipe in a length of 230 mm. and the
reinforcement shall conform to I.S. 432 (Part-I).

2.2.7 A length of about 150 mm. shall be left exposed without applying mortar inside and outside to
facilitate field welding of pipes.

2.2.8 After completion of inlining the pipes, required curing by water shall be done as per IS: 11906.

2.2.9 The samples for compression tests on cement mortar shall be made as per IS: 516 on 7.06 Cm/10 cum
size cubes. At least 6 cubes of cement mortar shall be drawn on each day of work. Of each set of 6
cubes, 3 cubes shall be tested at 7 days age and 3 cubes at 28 days age. The average strength of the
specimens tested shall not be less than the strength specified in the relevant IS code. The laboratory
test result shall be tabulated and furnished to the Engineer.

2.2.10 The following records are to be maintained for inlining in factory:

a) Grading of aggregates.
b) Mix used
c) The date of inlining
d) Serial [Link] pipe
e) Test pressure of pipe
f) Cube Testing record.
2.3 Outcoating of the pipes:

TENDERER Chief General Manager(Engg)


Vol-I - 103 Transmission Circle,Hyderabad
2.3.1 Outcoating shall be done in the factory as per I.S. 9012-1978.
2.3.2 Outcoating shall be done after inlining is cured for 3 days.
2.3.3 Outcoating shall be done with 30 mm. thick by shotcreting or guniting or brush coating using cement
mortar 1:3 by volume. The volume proportion shall account for bulkage in sand.
2.3.4 The wire mesh used for outcoating shall be 50 mm X 50 mm with 3 mm. wire conforming to I.S.
1566-1982.
2.3.5 The rebound percentage as provided in I.S. 9012-1978 has to be taken into account by the contractor.
2.3.6 The samples for compression tests on cement mortar shall be made as per IS: 516 on 7.06 Cm/10 Cm
size cubes. At least 6 cubes of cement mortar shall be drawn as each day of work. Of each set of 6
cubes, 3 cubes shall be tested at 7 days age and 3 cubes at 28 days age. The average strength of the
specimens tested shall not be less than the strength specified in the relevant IS code. The laboratory
test result shall be tabulated and furnished to the Engineer.
2.3.7 The following records are to be maintained for out coating in factory:
i. Grading of aggregates
ii. Mix used
iii. Date of out coating
iv. Cube testing record.
3. Fabrication of M.S. Specials & Fittings
3.1 The [Link] and fittings shall be fabricated from MS plates or MS sheets conforming to
specification IS 2062-Grade-A. The minimum thickness of the plate shall be as specified in clause
5.1. Special attention is directed to these specifications which cover physical, chemical,
manufacturing and mechanical equipments. Test certificates for plates and other materials shall be
submitted by the contractor to the Engineer for approval before fabrication of [Link] and
fittings is commenced. No material shall be used in the fabrication of any pipe or fittings which has
not been properly inspected by the Engineer.

3.2 The manufacture of MS specials and fittings shall be carried out as per I.S. 7322-1985.
Manufacturer's equipment for all specials, such as welding, flame cutting and other operations shall
be of a standard and quality necessary to produce specials meeting the specification. Equipment, in
general, shall be in good condition and shall be modern as judged by the standards of the industry.

3.3 The longitudinal seams of fabricated specials shall be butt welded; shop girth seams shall be butt
welded.
3.4 All edges cut to size shall be uniform and smooth. Those edges to be welded that are prepared by
flame cutting, shall be free from scale and slag accumulations.

3.5 Edges of plates to be jointed by an automatic welding machine shall be formed to the shape required
for the particular welding process and automatic welding machine be employed in carrying out the
agreed procedure. Edges of plates to be jointed by manual welding shall be formed to the shape
required by the Engineer in accordance with the drawings. The resulting edges for welding shall be
uniform throughout the entire length of the plate and shall be to a straight line.

3.6 Minor defects in the welds of electric- welded pipe and specials such as sweats or leaks, shall be
repaired. Repairs of this nature shall be made by completely removing the defect, cleaning the cavity
and then welding. The workmanship involved in the repair is subject to approval of the Engineer.

3.7 Special sections having butting plates of different thickness shall have the heavier plate sufficiently
bevelled so that the apex of the weld groove shall correspond with that of the lighter plate.

3.8 All lap breaking, rolling, cleaning of plate surfaces to be welded and fitting-up operations, as well as
the qualification of the welding operators, welding procedure, automatic welding, manual welding
and correction of welds in pipes and specials shall be in accordance with the relevant I.S.S.

3.9 Reshaping MS pipes and special, after they are manufactured shall be done by rerolling or by
pressure. Reshaping of pipe by excessive hammering or dropping will not be permitted.

TENDERER Chief General Manager(Engg)


Vol-I - 104 Transmission Circle,Hyderabad
3.10 Diameter of all bolts circle of the flanges shall comply with the relevant IS:1538-1993 for flanged
pipes. Bolts and nuts shall be in accordance with IS:1364-1967.

3.11 Flanged pipes

3.11.1 Flanged pipes and specials of varying length and dia meter shall be externally and internally lined
with mortar. Dimension of the flanges, welding details and welding procedure shall be in accordance
with the IS:7322-1985. Flanges shall be welded to a section of the pipe before machining. Faces of
flanges shall be machined. The pitch circle shall be as per IS:1538-1993. The minimum thickness of
flange shall be 25mm after machining.
3.12 Flanged branches
3.12.1 Flanged branches shall be fabricated in accordance with the general specification and to the
Engineer's requirements. Wall opening shall be formed by welding fabricated structural steel of
approved design to the steel cylinder and shall be lined internally and coated externally.

3.12.2 Flanged branches for air and scour valves shall be welded into pipe in the required position. The
branch for an air valve shall be vertical and at right angle, to the longitudinal axis of pipe. The invert
of the branch for a scour valve shall be horizontal and at right angles to the axis of pipe and shall
align with the invert of the barrel of the main pipe.

3.12.3 All flanges shall be machined to standard thickness, square to the axis of the pipe and the bolt hole
shall be drilled evenly off centre and true to the pitch as per IS:1538-1993.
3.12.4 Dimension of the flanges, welding details and welding procedure shall be in accordance with the I.S.
7322-1985. The minimum thickness of flange shall be as mentioned in the Bill of Quantities.
3.13 Bends
3.13.1 Bends to provide change of alignment in main laying shall be manufactured to suit the site conditions
from completed and tested pipes by angle cutting the barrel or by such other standard procedure and
rewelding. Bends shall be lined internally and coated externally as given in the schedule. The bends
shall be fabricated as per specification drawing.

3.14 Tapers
3.14.1 Tapers shall be manufactured out of MS steel plates and lined internally and coated externally. The
tapers shall be suitable for connections to the sluice valves or flanged tail piece on the side and to MS
Pipe on the other side. Stiffener rings shall be provided to afford rigidity to pipe. They shall be
manufactured generally in accordance with IS: 7322-1985 and the dimensions shall be as per
specification drawing.

3.15 Tolerance for steel fittings shall conform to the requirements of IS 7322-1985.
3.16 Notwithstanding anything said, elsewhere, the Tenderer shall furnish the thickness of the steel
plate used and other relevant details and shall get the approval for these details from the Engineer,
before fabrication.
4. Welding Process of manufacture of MS Specials and Fittings
4.1 Any of the following process shall be employed for butt welding
a) Automatic submerged arc welding;
b) Automatic metal arc welding with covered electrodes;
c) Automatic metal arc welding with bare electrodes;
d) Manual metal arc welding as per IS 9595-1980.
e) Electric resistance welding
4.2 All electrodes shall conform to IS 814-1991.

5. Thickness of M.S. Plate


5.1 Minimum thickness of M.S. Plate shall be 10mm.
6. General
6.1 All works and material under specification will be rigidly inspected during all phases of manufacture

TENDERER Chief General Manager(Engg)


Vol-I - 105 Transmission Circle,Hyderabad
and testing and such inspection shall not relieve the contractor of his responsibility to furnish material
and perform work in accordance with this specification. The Contractor shall notify the Executive
Engineer, in advance of the production of materials and fabrication thereof in order that the Engineer
may arrange for mill and shop inspection.

6.2 The Engineer may reject any or all pipes fittings that are of the material specified, that are not
fabricated in accordance with the outlined procedure, and that do not obtain the prescribed test
results, condition of fittings and tolerance set forth in the relevant IS drawings and the specification.

6.3 The Engineer shall have free access to those parts of all plants that are concerned with the furnishing
of materials of the performance of work under this specification.

6.4 The contractor shall furnish the Engineer reasonable facilities and space without charge for
inspection, testing and obtaining of any information he desires in respect of the character of material
used and the progress and manner of the work.

6.5 The contractor shall provide 2 (two) sets of accurate `go' and `no go' ring gauges to measure the
diameter of fittings for the use of the Engineer at no extra cost.

7. Inlining and Outcoating of M.S. short pipes, specials

(i) General and Thickness of shotcreting

The guniting is to be carried out at the factory. Care shall be taken to see that the pipes specials are
perfectly in shape while the inlining and outcoating is being given.
The thickness of inlining shall be 15mm. and that of outcoating shall be 30 mm.

(ii) Reinforcements for inlining and outcoating:


The reinforcement used shall be MS Fabric 50 mm X50 mm X3 mm. conforming to I.S. 1566-1982.
The welded fabric shall be bent to proper shape to conform as neatly as possible to the surface of the
pipe. Adjacent sheets of fabric shall lap atleast 80 mm. and shall be securely fastened together by
binding wire at intervals not exceeding 30 cm.

(iii) Proportion of mix


The proportion of cement and sand shall be 1:2 by volume for inlining and 1:3 for outcoating. The
contractor shall take into account the rebound percentage of cement mortar as per I.S. 9012-1978
while quoting the rates.

(iv) Material:
The material shall conform to the specifications prescribed for cement, sand and water as per IS:
11906, IS: 7322 and IS: 9012.
(v) Procedure:
The guniting shall conform to I.S. 9012-1978, Dry Mix Process.

Before guniting, all steel surface shall be thoroughly cleaned of paint, rust, scales, grease, loose or
disintegrated concrete or such other material as are likely to impair the bond between the surface to
be encased and the gunite.

The pressure in the lower chamber of the "Cement Gun" shall be sufficient to produce a nozzle
velocity of 115/150 meters per second when a tip with 19 mm. opening is used. The velocity shall be
steady at all times.
The compressor used shall be of adequate capacity to maintain a pressure of atleast 2.15 Kg/Cm 2. at
the gun end.
The nozzle shall be held at such a distance (0.67 to 1 meter) and position that the stream of flowing
materials shall impinge as nearly as possible at right angles to the surface being gunited. All deposit

TENDERER Chief General Manager(Engg)


Vol-I - 106 Transmission Circle,Hyderabad
of loose and scale removed prior to placing any layer of gunite. Should any deposit of sand be
covered with gunite, this gunite shall be removed and redone.
The gunite shall be shot in one coat to the proper thickness. At the edge of any section where the
operations are more or less temporarily suspended, the gunite shall be brought to a tapered edge
extending back for not less than 30 cm. Prior to placing the gunite on the adjacent section, the upper
surface of this tapered edge shall be cleaned by scraping and blowing away all rebound and washing
down with water and air blast. No right angled joints shall be allowed in the gunite.

The contractors shall provide proper arrangements for blowing all rebound from the area being shot.
No gunite shall be placed over rebound and in case of such conditions arising, the contractors shall
remove at their own cost any gunite so placed. Rebound material deposited in mounds shall be
removed from the site of work, to places directed by the Engineer. To remove the rebound, the
surface of the gunite shall be carefully cleaned with an air jet and suitable tools at such periods after
shooting as the Engineer may deem advisable. In no case, however, shall the rebound remain on the
completed surface for more than 12 hours. The scraping of rebound must be done in such a manner
as not to disturb gunite and to provide a uniform and proper finish to the surface.

The contractors shall employ experienced men for this work. No nozzle man will be deemed
experienced unless he has done considerable work previously, where the work was of a similar type
or has otherwise proved his qualifications to the satisfaction of the Engineer by experience on other
equally important work.
The work shall be supervised by properly trained foreman of the contractor. No one shall be
considered as capable of acting as foreman on a job if he has not had active charge of placing gunite
lining previously.

(vi) Curing:
The gunite shall be kept thoroughly wet for a period of atleast 7 days after guniting as specified in IS:
9012.
8. Tolerance
8.1 Tolerance for straight pipe and fittings shall as follows:
(a) Straightness
Finished pipe sections shall be truly straight with walls paralled to the axis of the pipe and be not out
of the alignment by more than 0.2 percent of the total length.
(b) Length
Straight pipe shall not vary from the specified overall length by plus 10 mm or minus 0 mm for
length upto and including 6 M. For specials and fittings, it shall be as per I.S. 7322-1985.
(c) Outside diameter
The out side diameter of pipe shall not vary by ± 1% in the case of seamless pipes and ± 0.75% in
the case of ERW and SAW pipes..
(d) Ovality
Ovality shall not exceed 1% of the specified out side diameter.
(e) Thickness
No negative tolerance on thickness of MS pipe is allowed.

9. Tests
Each MS special or fitting shall be subjected to tests as per Clause 8 of IS:7322 -1974 before inlining
and out coating. The hydraulic test pressure shall be 24 Kg/Cm 2 at factory for MS pipes. Dye
penetration test as prescribed in IS-7322 of 1985 is acceptable in lieu of hydraulic test for bends only.

10. Handling of Specials


10.1 Coated specials that are to be stored on supports shall bear on the uncoated ends only. If bearing on
coating is employed the support shall be not less than 20 cm wide and so arranged to prevent damage
to the coating.

10.2 During transporting the fittings, coating shall be protected from damage by bearing on well padded

TENDERER Chief General Manager(Engg)


Vol-I - 107 Transmission Circle,Hyderabad
bolsters not less than 20 cm wide and placing strips of heavy belting or other approved sheet
materials not less than 20 cm wide under all ropes or fastening.

TENDERER Chief General Manager(Engg)


Vol-I - 108 Transmission Circle,Hyderabad
(E) PAINTING STEEL PIPE INTERNALLY NEAR EXPANSION JOINTS

1.1 General

The specification shall apply for the general requirements and standard of workmanship for
painting of steel pipeline near the expansion joint.

The work included in this section shall cover furnishing of all labour, materials, apparatus,
scaffolding, ventilation equipment and all appurtenant work in connection with painting internal
surface of the new steel pipeline near expansion joint.

No alternative or substitute painting standard or specification will be accepted by the Engineer unless
it is at least to the standards and of the quality specified herein.

1.2 Contractor's Responsibility


The Contractor shall be responsible for the appropriate cleaning, preparation, priming, painting. The
Contractor shall furnish material specifications, details of method of surface preparation, application
procedure etc., to the Engineer, for approval.

1.3 Temperature

Painting shall not under any circumstances proceed in an ambient temperature less than 5 degrees
centigrade for epoxy coating application or on surfaces which are other than completely dry. The
Contractor shall supervise his workmen and check the various protective coatings by means of a
calibrated paint thickness meter which he shall maintain on site and make available to the Engineer
when required.

1.4 Paint Source and Supervision


All paints shall be obtained from an approved manufacturer and shall be applied strictly in
accordance with this specification. The Contractor shall issue a copy of this specification to any
Sub-Contractor involved and also to the manufacturer of the paint. If so directed by the Engineer, the
Contractor shall ask the paint manufacturer to spot check the preparation and painting and submit to
the Engineer and the Contractor a written report on his observation.

1.5 Paint Quality and Formulation


The paints used for painting shall be:

Primer, Zinc Phosphate Epoxy - 2 Pack


1st finishing Coat : Amine Adduct Curd Pure Epoxy.
Resin : 2 Pack
2nd finishing coat : Amine Adduct Curd Pure Epoxy.
Resin : 2 Pack

The epoxy resin content together with its curing agent shall not be less than 40% by weight of the
solid binder.

The ratio of pigment to binder shall not exceed 90% by weight.

As the pipes are to be used for conveying potable water, the paint shall not contain any constituent
soluble in water, nor shall impart any taste or odour after sterilisation and suitable washing out of the
mains.

TENDERER Chief General Manager(Engg)


Vol-I - 109 Transmission Circle,Hyderabad
1.6 Workmanship

1.6.1 Preparation of Surface


The Contractor shall examine carefully the surface to be painted and before beginning any of his
work. He shall see that the weld surfaces and rough edges are ground smooth and complete surface is
cleaned by wire brush, scrapers, emery paper and is clean, dry and free from mill scale, rust, grease
and oil, mortar or other foreign matter to the satisfaction of the Engineer.

1.6.2 Painting Coat

After cleaning the pipe surfaces to the satisfaction of the Engineer, three coats of paint shall be given.
The total paint thickness on final inspection shall not be less than 3 mm. The interval between
application of coats shall not exceed 48 hours or as recommended by the paint manufacturer.
Painting of any coat shall not proceed until the Engineer has noted of completion of previous coats in
order that he may inspect the work and authorize the application of subsequent coats. The Engineer
shall stipulate his own identifying markings on under coats to ensure full compliance with the
specification.

1.6.3 Preparation of Paint


All paint material specified or selected for use under this specification shall be first quality product
suitable for the application and shall be delivered unopened at the job site in their original containers
and shall not be opened until inspected by Engineer, and shall be opened only when required for use.
The contents of all cans and containers of all materials shall be properly and thoroughly stirred (to
Maker's instruction) before and during use and shall be suitably strained as and when necessary. The
paint shall be prepared with inclusion of foreign matters. The paints shall be generally prepared and
applied as per manufacturer's instructions.

All brushes, tools and equipments shall be kept in a clean condition. Painting shall not be carried out
in the vicinity of other operations which might cause dust or other adversity.
The Contractor shall provide a suitable movable receptacle into which are to be placed all the
liquids, slop washings etc. All solid refuse or inflammable residues must be removed from site or
burnt.
All materials shall be used strictly in accordance with the instructions issued by the manufacturers
concerned.
1.6.4 Application of Paint
Painting shall, be carried out by personnel experienced in the application of said coating systems and
in accordance with the manufacturer's instructions.
Each coat of paint shall be applied at the proper consistency by brushes and brushed evenly, free of
all blemish, brush marks, sags, runs, streaks, drips, thickness, texture etc., with no evidence of poor
workmanship.
The coatings must be of contrasting colour so that proper coverage by each coat shall be indicative.
1.6.5 Ventilation
The Contractor shall provide ventilation system of sufficient air volume to enable the person to work
with ease.
1.6.6 Right of Rejection
No painting shall be done under conditions which may jeoparadise the apprearance or quality of the
painting or finishing in any way. The Engineer shall have the right to reject all material or work that
is unsatisfactory and require the replacement of either or both at the expense of the Contractor.

TENDERER Chief General Manager(Engg)


Vol-I - 110 Transmission Circle,Hyderabad
(F) INSPECTION AND TESTS

1. General
Not used
2. Concrete tests
(Not Used)
3. Tensile test and Bend test on steel plates

3.1 Test certificates from plate manufacturer shall be treated as final. In the absence of such certificates,
tests shall be carried out to prove that the material conforms to IS 2062-Grade-A.

3.2 Testing of welded joints: The welded joints shall be tested in accordance with IS:3589-2001.

3.3 The Engineer may select, for testing two fittings from each batch of 100 pipes or less. If either of the
two samples fails to meet the requirements of the appropriate test given below, the Engineer may call
for such further fittings to be tested as he may require to satisfy himself that the remaining of the
fittings in the batch are satisfactory. If further tests indicate that the welds are unsatisfactory, the
Engineer shall have the right to reject the batch or if the manufacturer should so desire, each fitting
shall be tested and pipes which fail to comply with the requirements of the specification shall be
rejected.

3.3.1 Bend Tests: Strips 40 mm wide, cut circumferentially from fittings or from coupon plates attached to
and welded with fittings, with the weld near the middle of the sample, shall without fracture, is not
more than three times the thickness of the test piece, the weld being placed at the point of maximum
bending. The test pieces shall on examination of the bent specimen , the opening out of a slight defect
due to incomplete root penetration or lack of root fusion need not be considered a cause for rejection
provided the defect has sound metal at the back and on either side of it. In border line cases, further
tests shall be made on specimens from the same weld adjacent to the original test specimen.

3.3.2 Tensile Test: The specimen shall be taken from the end of the fitting or at any point in the fitting as
directed by the Engineer and shall be cut with the weld approximately in the middle of the specimen.
The tensile test specimen shall be flattened and the sides shall be machined. The protruding welded
portion from both inside and outside shall be removed by machining before the specimen is tested. If
a test specimen shows a defective machining or develop flaws not associated with welding, it may be
discarded and another specimen tested. The welded joint shall show strength of not less than the
minimum tensile strength specified for plate in accordance with IS 2062-Grade-A.

3.4 Re-Test: If the results of bend or tensile test of any lot do not conform to the requirements specified,
re-tests of two additional specimens from the same lot shall be made each of which shall conform to
the required specifications,. In case of failure of both , extensive gousing and repairing shall be taken
in a nearby joint as directed by the Engineer and the procedure stated above is to be repeated until the
test specimen stands the required test before the lot can be accepted.

3.5 Expenses for re-testing: All charges in connection with the testing or retesting of the welded samples
including machining, testing etc. shall be borne by the contractor.

4. Testing Equipment and testing of pipes

4.1 The pipes manufactured with spirally welding process are to be tested to the following requirements
in the presence of Engineer or his representative.
i. Continuous monitoring of dia and forming.

ii. Visual inspections of all pipes from inside and outside for permissible tolerances as per
IS:3589.

TENDERER Chief General Manager(Engg)


Vol-I - 111 Transmission Circle,Hyderabad
iii. All the pipes are to be subjected to hydrostatic test pressure of minimum 24 Kg/Cm² at the
factory with 100% ultrasonic test for factory joints

iv. Radiographic testing of the pipe welds as per IS:4853 on 10% of the welded length for the
sample of pipes.

v. Mechanical Tests of pipes as per IS 3589.

4.2 The pipes manufactured with ERW process are to be tested to the following requirements in the
presence of Engineer or his representative.

i) Continuous monitoring of dia and forming.

ii) Mechanical Tests of pipes as per IS:3589.

iii) Visual inspections of all pipes from inside and outside for permissible tolerances as per
IS:3589.

iv. Each pipe shall be hydraulically tested to at the manufacturer’s works to a minimum test
pressure of 24 Kg/Cm² with 100% ultrasonic test for factory joints

v. Radiographic testing of the pipe welds as per IS:4853 on 10% of the welded length for the
sample of pipes.

4.2.1 MS Pipe line shall be laid as per IS 5822 and shall be tested in the field for a hydrostatic test
pressure of 16 Kg/Sqcm with 100% ultrasonic test for field joints.

4.2.2 1% of the field joints shall be tested Radiographically as per IS 4853 and ultrasonic testing shall be
done on 100% of field welded joints as per IS: 4260

4.3 The contractor shall provide and operate suitable equipment capable of conducting the specified
hydrostatic test pressure to the inside surfaces of the Pipes and of sustaining the pressure for the
required periods.

5. to 8.6 Not Used.


9. Sluice Valves:
Not Used
.
10. Gate Valves:
Not used.
11. Butterfly Valves:

12. Air Valves:


Not Used

13. Pressure Relief Valves:


Not Used
14. Globe Control Valves:

Not used

15. Inspection openings


MS Inspection openings using 12mm thick MS Plate of IS:2062-Grade-A with barrel size of 600mm
inner dia., after inlining with flanges and dummies using 25 mm. thick M.S. Plate of IS: 2062-Grade-
A should be fixed as directed by the Executive Engineer on bends, tapers etc.

TENDERER Chief General Manager(Engg)


Vol-I - 112 Transmission Circle,Hyderabad
16. INSPECTION

The contractor shall provide facilities for inspection of the following at manufacturer's factory and
the hydrostatic test pressure at works shall be arranged by the contractor in the presence of the
Engineers of HMWSSB deputed for this purpose time to time.
Sluice Valves - After assembling
All other parts - As such stages of manufacture that vital parts can
be examined and on completion.
The valves and other appurtenances which fail in the hydrostatic test for work pressure at factory will
be summarily rejected.

No material is to be delivered to site without the above described inspection having been carried and
have been passed the work's tests thereon. The other appurtenances shall be tested at the factory to
the required hydrostatic test pressure at works as applicable for the relevant classes of pipes, specials
and valves as per the latest IS Codes.

(G) CAST IRON PIPES, SLUICE VALVES AND CI SPECIALS

1. CAST IRON PIPES

The metal used for manufacture of pipes shall conform to the appropriate grade LA Class as specified
in IS:210-1978 in commensurate with the requirements laid down in the standard.

The pipes shall be stripped with all precautions to avoid warping or shrinkage defects, detrimental to
their good quality. The pipes shall be sound and free from surface or other defects. The pipes shall be
such that they could be drilled or machined.

Mechanical tests shall be carried out during manufacture. Tests for every four hours of production
shall be conducted. The result obtained shall be taken to represent all the pipes of all sizes made
during that period.

2. RING TEST AND TENSILE TEST

Two test pieces obtained by cutting rings or bars from the spigot end of two pipes selected for testing
except for pipes manufactured under controlled cooled process described in 8.0 of IS: 1536 when
tested in accordance with the methods specified in Annex.A of IS:1536-1989 shall satisfy the
following requirements.

a) Ring test (for pipes Nominal diameter Modulus of


Centrigufally cast upto and including 300 mm Rupture, min.
in metal moulds) MPa 400

b) Tensile test Over 300 mm and Tensile strength, min.


(for pipes centrifugally upto 600 mm 200 MPa
cast in metal moulds)Over 600 mm 180 MPa

2.1 Brinells Hardness Test

The test shall be carried out on the test ring or bars cut from the pipes and shall be in accordance with
IS:1500-1983.

Re test

If any piece representing a lot fails in the first instance two additional tests shall be made on test
pieces selected from two other pipes from the same lot. If both the test results satisfy specified

TENDERER Chief General Manager(Engg)


Vol-I - 113 Transmission Circle,Hyderabad
requirements, the lot shall be accepted or else deemed as not complying with this standard.

3. HYDROSTATIC TEST

Pipes shall be tested hydrostatically at the pressures specified below. To perform the tests the
pressure shall be applied internally and shall be steadily maintained for a period of minimum 15
seconds during which pipes may be struck moderately with a 700 g hammer. The pipes shall
withstand the pressure test and shall not show any sign of leakage, sweating or other defects. As far
as possible the hydrostatic test shall be conducted before coating of the pipe.

HYDROSTATIC TEST PRESSURE FOR CENTRIFUGALLY CAST SOCKET AND SPIGOT


PIPES
3.1 For CI `LA' Class pipes, the pipes shall be tested to a hydraulic test pressure of 35 Kg/Cm² at
works for pipes upto dia 600 mm and 15 Kg/ Cm² for pipes above 600 mm dia.

If necessary, the pipes may be subjected to reheat treatment to ensure that Brinell hardness does not
exceed the specified value.

In case of push-on joint, the spigot ends shall be suitably chambered for smooth entry of pipe in the
socket fitted with the rubber gasket. In the case of lead joint pipes, the spigot may or may not have
chambered ends.

Dimensions for socket and spigot of pipes for lead joints and for push-on joint irrespective of class
shall be in conformity to Table 3 and Table 4 of IS:1536-1989.

4. TOLERANCES

The tolerances shall be in accordance with Clause 11 of IS:1536-1989.

Coating: Each pipe shall be coated in accordance with 12.1.1 to 12.1.5 of IS:1536-1989.

5. RUBBER GASKETS

Rubber Gaskets for use with push-on joints shall confirm to IS:12820-1989.

Tolerance on length:

The tolerance on length of pipe shall be as follows:

Type of casting Tolerance in mm


-------------------- ---------------------
a) Socket and spigot and plain ended pipes ± 25
b) Flanged pipes ± 10

6. DEVIATION FROM STRAIGHT LINE


The pipes shall be straight. When rolled along two gentries separated by approximately two thirds the
length of the pipe to be checked the maximum deviation from a straight line in mm shall not be
greater than 1.25 the length 'L' in meters of the pipe thus:

fm ≤ 1.25 L

7. MARKING
Each pipe shall have cast, stamped or indelibly painted on it the following appropriate marks.

TENDERER Chief General Manager(Engg)


Vol-I - 114 Transmission Circle,Hyderabad
a) Manufacturer's name, initials or identification mark.
b) The nominal diameter.
c) Class reference.
d) Mass of pipe.
e) The last two digits of the year of manufacture.

8. SLUICE VALVES

The sluice valves used for installation on main line and for scouring arrangements shall be of nominal
pressure PN-1.6 confirming to IS:14846-2000. The materials for components parts of sluice valves
shall be as follows:

a. Body, bonnet, wedge stuffing box gland, thrust plate, hand wheel cap, should be of Grey
Cast Iron conforming IS:210-1978.
b. Stem should be of stainless steel conforming to IS:6603-1972.
c. Wedge nut of High Tensile Brass conforming to IS:320 - 1980.

d. Body seat ring, wedge facing ring of leaded tin Bronze conforming to IS:318 - 1981.
e. Bolts and Nuts of Carbon steel IS:1367-1967.
[Link] Gasket of Compressed fibre board IS:2712-1979.
g. Gland packing of jute and hemp conforming to IS:5414 - 1969.

'Closed-end' test and Open-end' test for testing of sluice valves shall be done in accordance with IS:
14846 and Flaw Detection Test for stems in accordance with the sampling procedures laid down shall
be done in IS: 14846 - 2000.

Hand Wheel:
Hand wheel may be of Cast finish and shall have on the upper side of the rim the words OPEN and
SHUT with direction arrows. The size of the hand wheel for each size of value shall be as specified in
IS: 14846 - 2000.
9. Air Valves
The Air Valves used for installation on main line should generally conform to IS: 14845/2000 for the
pressure and as per the description indicated in the Bill of Quantities. The kinetic Air Valves shall be
of standard make. The flanges of Valves shall be machine flat faced and holes drilled as per
IS:1538-1993.
10. CI SPECIALS
Tail Pieces and Adapters

CI specials, like tail pieces and adapters confirming to Part VII and VIII, XI of IS:1538 (Parts I to
XXIII) - 1993 are to be used.

The general requirements for materials, manufacture, mechanical test, Brinell hardness test,
hydrostatic test, tolerances and coating shall confirm to those mentioned earlier or IS:1538-1993
(Part-I) and shall be conducted in presence of Engineer deputed by HMWSSB. and after clearance
given by the Engineer the material may be:

1) Transporting and handling coated pipes, specials, appurtenances etc.

Pipes, specials, valves etc. shall be handled at all times with equipment such as stout wide belt slings
and wide padded skids designed to prevent damage to the coating. Bare cables, chains, hooks, metal
bars or narrow skids shall not be permitted to come in contact with the coating.

In truck shipments, the pipe shall be supported in wide cradles of suitably padded timbers hollowed
out on the supporting surface to fit the curvature of pipe, and all chains, cables, or other equipment
used for fastening the load shall be carefully padded. For smaller diameter pipes, sand or saw-dust

TENDERER Chief General Manager(Engg)


Vol-I - 115 Transmission Circle,Hyderabad
filled bags may be used instead of hollowed out timbers.

The Engineer shall inspect the pipe and pipe protection on truck at destination, and if the pipe
protection is found damaged, the same shall be repaired to the satisfaction of the Engineer by the
contractor at his cost.

2) Handling coated pipe in field or at trench

The laying of pipes shall generally conform to IS:3114.

Pipe shall be stored along the trench side suitably supported off the ground to avoid damage to the
coating.

Pipe shall be hoisted from the trench side to the trench by means of wide belt slings. Chains, cables,
tongs or other equipment likely to cause damage to the enamel coating will not be permitted, not to
the dragging or skidding of the pipe. The contractor shall allow inspection of the coating on the
underside of the pipe while it is suspended from the slings. Any damage shall be repaired before the
pipe is lowered into the trench.

At all times during construction of the pipeline, the contractor shall use every precaution to prevent
damage to protective coating on the pipe. No metal tools or heavy objects shall be permitted to come
into contact unnecessarily with the finished coating. Workmen will be permitted to work upon the
coating only when necessary in which case they shall weal shoes with rubber or composition soles
and heels. This rule shall apply to all surfaces. Any damage to the pipe or protective coating from any
cause during the installation of the pipeline shall be repaired, as directed, and at the expense of the
contractor.

3) Internal cleaning of Pipeline


When a section of pipeline has been laid and all the work inside it, has been completed to the
satisfaction of the Engineer, its internal surface shall be cleared of all dirt, debris, dust or other
deposit.

Cleaning shall be done to the satisfaction of the Engineer. The section of the pipeline once cleaned to
the satisfaction of the Engineer shall not be entered into for any purpose later. Sufficient precaution
shall be taken to prevent the ingress of any dirt, debris etc. just inside the section. Failing this, the
section shall be cleaned again at the discretion of the Engineer.

No separate payment will be made for the work of cleaning. The item rates quoted for laying the
pipes etc. shall include the cost thereof.

In the case of above-ground pipeline, the length of the section to be taken up for cleaning shall be
decided in consultation with the Engineer from the point of view of ventilation etc.

In case of buried pipeline a section shall be taken up for cleaning after the work of back filling around
and over the pipeline is completed and the spiders, etc. have been removed from inside.
During the pipe laying operations in the adjoining sections, the contractor shall take all precautions to
prevent ingress of water, much, debris, dirt, dust etc. in the cleaned section, failing which the section
shall be cleaned again at the discretion of the Engineer. Where deemed necessary by the Engineer,
suitable closures shall be provided at the open end or the ends of the cleaned sections.
At the end of a day's work, closure shall invariably be provided at all the open ends to protect the
pipeline from ingress of sub-soil water, mud, much, etc.
11. INSPECTION
The contractor shall provide facilities for inspection of the following at manufacturer's factory and
the hydrostatic test pressure at works shall be arranged by the contractor in the presence of the
Engineers of HMWSSB deputed for this purpose time to time.

TENDERER Chief General Manager(Engg)


Vol-I - 116 Transmission Circle,Hyderabad
C.I Pipes - After casting
C.I Specials - After Casting
Sluice Valves - After assembling
All other parts - As such stages of manufacture that vital parts can
be examined and on completion.
The CI pipes, specials and valves and other appurtenances which fail in the hydrostatic test for work
pressure at factory will be summarily rejected.

No material is to be delivered to site without the above described inspection having been carried and
have been passed the work's tests thereon. The CI pipes, specials and valves and other appurtenances
shall be tested at the factory to the required hydrostatic test pressure at works as applicable for the
relevant classes of pipes, specials and valves as per the latest IS Codes.

12. FIELD TESTING OF C.I PIPE LINE INCLUDING C.I SLUICE VALVES AND SPECIALS
After the work of laying of pipe line is completed and before putting into commission, the CI pipeline
shall be hydraulically tested in the field for a test pressure of 10 Kg/Cm² as per IS: 3114. The
procedure for the test shall be as follows:
Preliminaries:
For purpose of pressure testing, the pipe line shall be divided into sections as defined by the
Engineer.
Each valved section of the pipe line shall be subjected to a hydraulic test in full length or in part as
may be found necessary. For this test, the pipe shall be slowly filled with clean water as directed and
all air shall be expelled from the pipe line through hydrants, as valves and blow off fixed on the pipe
line. Once the pipe line is fill the pressure in the line should then be raised and built up and
maintained by means of suitable approved pumps, to the specified test pressure based on the
elevation of the lowest point on the line or section under test. The test pressure shall be maintained
for one hour. The gravity of water added to re-establish the pressure should not exceed 0.1 liter per
mm of pipe diameter per KM of pipe line per day for each 30 Mts. head of pressure applied.

The leaking joints noticed during testing shall be repaired. The repaired joint shall be subjected to a
re-test. No section shall be accepted unless it is put in a perfectly water tight condition and retested
satisfactorily. The contractors shall make all arrangements for all labour, pumps, pressure gauges,
equipment etc. No main valves or cross connections either on the new or the existing main shall be
operated by the contractor, and only the Engineer's representative shall operate the same. The
contractor shall arrange for labour required for operating the air valves etc.

13. DEFECT LIABILITY PERIOD Not Applicable

SECTION-E : DUCTILE IRON PIPES

1. DUCTILE IRON PIPES

The pipes shall be manufactured as per IS: 8329-2000. The metal used for manufacture of pipes shall
conform to the appropriate grade K9 Class as specified in IS:8329-2000 in commensurate with the
requirements laid down in the standard. The pipes shall be preferably supplied in lengths of 6.0
meters each and in accordance with IS: 8329-2000. The DI pipes shall be inlined with cement mortar.

The pipes shall be stripped with all precautions to avoid warping or shrinkage defects, detrimental to
their good quality. The pipes shall be sound and free from surface or other defects. The pipes shall be
such that they could be drilled or machined.

Mechanical tests shall be carried out during manufacture. Tests for every four hours of production
shall be conducted. The result obtained shall be taken to represent all the pipes of all sizes made

TENDERER Chief General Manager(Engg)


Vol-I - 117 Transmission Circle,Hyderabad
during that period.

2. TENSILE TEST

One test piece obtained by cutting bars from spigot end of one pipe selected for testing when tested in
accordance with the methods specified in 10.1.4 of IS:8329-2000 shall satisfy the following
requirements.

Nominal Diameter Minimum Tensile Minimum Elongation at Break,


(DN) mm Strength MPa percent
80 – 1000 420 10
1100 – 2000 420 7

2.1 Brinell’s Hardness Test

The test shall be carried out on the test ring or bars cut from the pipes and shall be in accordance with
IS:1500-1983.
The test
If any piece representing a lot fails in the instance two additional tests shall be made on test pieces
selected from two other pipes from the same lot. If both the test results satisfy specified requirements,
the lot shall be accepted or else deemed as not complying with this standard.

TENDERER Chief General Manager(Engg)


Vol-I - 118 Transmission Circle,Hyderabad
3. HYDROSTATIC TEST

Pipes shall be tested hydrostatically at the pressures specified below. To perform the tests the
pressure shall be applied internally and shall be steadily maintained for a period of 10 seconds. The
pipes shall withstand the pressure test and shall not show any sign of leakage, sweating or other
defects of any kind. As far as possible the hydrostatic test shall be conducted before coating of the
pipe.
HYDROSTATIC TEST PRESSURE FOR CENTRIFUGALLY CAST SOCKET AND SPIGOT
PIPES

3.1 For DI (K9) class pipes, the pipes and sockets shall be tested to a hydraulic test pressure at works
for the following pressures.

80 to 300 mm dia - 50 Kg/Cm2


350 to 600 mm dia - 40 Kg/Cm2
700 to 1000 mm dia - 32 Kg/Cm2
1100 to 2000 mm dia- 25 Kg/Cm2

If necessary, the pipes may be subjected to reheat treatment to ensure that Brinell’s hardness does not
exceed the specified value.

In case of push-on joint, the spigot ends shall be suitably chambered for smooth entry of pipe in the
socket fitted with the rubber gasket. In the case of lead joint pipes, the spigot may or may not have
chambered ends.

Dimensions for socket and spigot of pipes for lead joints and for push-on joint irrespective of class
shall be in conformity to IS: 8329/2000.

4. TOLERANCE ON THICKNESS

The tolerance shall be in accordance with IS: 8329/2000.

Coating: Each pipe shall be coated in accordance with IS: 8329/2000.

5. RUBBER GASKETS

Rubber Gaskets for use with push-on joints shall confirm to IS: 5382-1985 and dimensional
specification as per IS: 12820-1989.

Tolerance on length:

The tolerance on length of pipe shall be as follows:

Type of casting Tolerance in mm


a) Socket and spigot and plain ended pipes ± 100
b) Flanged pipes ± 10
6. DEVIATION FROM STRAIGHT LINE
The pipes shall be reasonably straight. When rolled along two gantries separated by distance
approximately two thirds the length of the pipe to be checked the maximum deviation from a straight
line in mm shall not be greater than 1.25 times the length 'L' in meters of the pipe thus: fm ≤ 1.25 L
7. MARKING
Each pipe shall have cast, stamped or legibly and indelibly painted on it the following appropriate
marks.

TENDERER Chief General Manager(Engg)


Vol-I - 119 Transmission Circle,Hyderabad
a) Manufacturer's name, initials or identification mark.
b) The nominal diameter.
c) Class reference.
d) Mass of pipe.
e) The last two digits of the year of manufacture.

8. GATE VALVES
The gate valves used for installation on main line and for scouring arrangements shall be of PN 10
rated generally dimensions conforming to IS:14846-2000. The materials for components parts of
sluice valves shall be as follows:

a. Body, bonnet, wedge shall be cast carbon steel conforming to ASTM A216 [Link] and
epoxy coated.
b. Stem should be of stainless steel conforming to IS:6603-1972.
c. Wedge nut of High Tensile Brass conforming to IS:320 - 1980.
d. Body seat ring, wedge facing ring of leaded tin Bronze conforming to IS:318 - 1981.
e. Bolts and Nuts of Carbon steel IS:1363-1967.
f. Bonnet Gasket of rubber conforming to IS: 638 Type-B.
g. Gland packing of jute and hemp conforming to IS:5414 - 1969.

Valves shall be tested at factory on body and seat for a test pressure of 24 Kg/Sqcm and 16 Kg/Sqcm
respectively.
Hand Wheel:

Hand wheel may be of Cast finish and shall have on the upper side of the rim the words OPEN and
SHUT with direction arrows. The size of the hand wheel for each size of valve shall be as specified in
IS:14846-2000.
9. DI SPECIALS
Tail Pieces and Adapters

DI specials, like tail pieces and adapters shall be confirming to IS: 9523 – 2000. The DI specials
and fittings shall be inlined with cement mortar.

The general requirements for materials, manufacture, mechanical test, Brinell hardness test,
hydrostatic test, tolerances and coating shall confirm to those mentioned earlier or IS: 8329/2000 and
shall be conducted in presence of Engineer deputed by HMWSSB. and after clearance given by the
Engineer the material may be:

1) Transporting and handling coated pipes, specials, appurtenances etc.

Pipes, specials, valves etc. shall be handled at all times with equipment such as stout wide belt slings
and wide padded skids designed to prevent damage to the coating. Bare cables, chains, hooks, metal
bars or narrow skids shall not be permitted to come in contact with the coating.

In truck shipments, the pipe shall be supported in wide cradles of suitably padded timbers hollowed
out on the supporting surface to fit the curvature of pipe, and all chains, cables, or other equipment
used for fastening the load shall be carefully padded. For smaller diameter pipes, sand or saw-dust
filled bags may be used instead of hollowed out timbers.

The Engineer shall inspect the pipe and pipe protection on truck at destination, and if the pipe
protection is found damaged, the contractor at his cost shall repair the same to the satisfaction of the
Engineer.

TENDERER Chief General Manager(Engg)


Vol-I - 120 Transmission Circle,Hyderabad
2) Handling coated pipe in field or at trench

The laying of pipes shall generally conform to IS:12288-1987. Pipe shall be stored along the trench
side suitably supported off the ground to avoid damage to the coating.

Pipe shall be hoisted from the trench side to the trench by means of wide belt slings. Chains, cables,
tongs or other equipment likely to cause damage to the enamel coating will not be permitted, not to
the dragging or skidding of the pipe. The contractor shall allow inspection of the coating on the
underside of the pipe while it is suspended from the slings. Any damage shall be repaired before the
pipe is lowered into the trench.

At all times during construction of the pipeline, the contractor shall use every precaution to prevent
damage to protective coating on the pipe. No metal tools or heavy objects shall be permitted to come
into contact unnecessarily with the finished coating. Workmen will be permitted to work upon the
coating only when necessary in which case they shall weal shoes with rubber or composition soles
and heels. This rule shall apply to all surfaces. Any damage to the pipe or protective coating from any
cause during the installation of the pipeline shall be repaired, as directed, and at the expense of the
contractor.
3) Internal cleaning of Pipeline

When a section of pipeline has been laid and all the work inside it, has been completed to the
satisfaction of the Engineer, its internal surface shall be cleared of all dirt, debris, dust or other
deposit.

Cleaning shall be done to the satisfaction of the Engineer. The section of the pipeline once cleaned to
the satisfaction of the Engineer shall not be entered into for any purpose later. Sufficient precaution
shall be taken to prevent the ingress of any dirt, debris etc. just inside the section. Failing this, the
section shall be cleaned again at the discretion of the Engineer.

No separate payment will be made for the work of cleaning. The item rates quoted for laying the
pipes etc. shall include the cost thereof.

In the case of above-ground pipeline, the length of the section to be taken up for cleaning shall be
decided in consultation with the Engineer from the point of view of ventilation etc.
In case of buried pipeline a section shall be taken up for cleaning after the work of back filling around
and over the pipeline is completed and the spiders, etc. have been removed from inside.

During the pipe laying operations in the adjoining sections, the contractor shall take all precautions to
prevent ingress of water, much, debris, dirt, dust etc. in the cleaned section, failing which the section
shall be cleaned again at the discretion of the Engineer. Where deemed necessary by the Engineer,
suitable closures shall be provided at the open end or the ends of the cleaned sections.

At the end of a day's work, closure shall invariably be provided at all the open ends to protect the
pipeline from ingress of sub-soil water, mud, much, etc.

10. INSPECTION

The contractor shall provide facilities for inspection of the following at manufacturer's factory and
the contractor in the presence of the Engineers of HMWSSB or representatives of HMWSSB
appointed for this purpose time to time and shall arrange the hydrostatic test pressure at works.

DI Pipes - After casting


DI Specials - After Casting
Gate Valves - After assembling

TENDERER Chief General Manager(Engg)


Vol-I - 121 Transmission Circle,Hyderabad
All other parts - At such stages of manufacture that vital parts can be
examined and on completion.

The DI pipes, specials and valves and other appurtenances, which fail in the hydrostatic test for work
pressure at factory, will be summarily rejected.

No material is to be delivered to site without the above described inspection having been carried and
have been passed the work's tests thereon. The DI pipes, specials and valves and other appurtenances
shall be tested at the factory to the required hydrostatic test pressure at works as applicable for the
relevant classes of pipes, specials and valves as per the latest IS Codes.0

11. FIELD TESTING OF D.I. PIPE LINE INCLUDING SLUICE VALVES AND SPECIALS
After the work of laying of pipe line is completed and before putting into commission, the DI
pipeline shall be hydraulically tested in the field for a test pressure of 10 Kg/Cm². The procedure for
the test shall be as follows:
Preliminaries:

The field testing of DI pipeline shall be carried out as per Clause 8 of IS: 12288 – 1987.

For purpose of pressure testing, the pipe line shall be divided into sections as defined by the
Engineer.

Each valved section of the pipe line shall be subjected to a hydraulic test in full length or in part as
may be found necessary. For this test, the pipe shall be slowly filled with clean water as directed and
all air shall be expelled from the pipe line through hydrants, as valves and blow off fixed on the pipe
line. Once the pipe line is fill the pressure in the line should then be raised and built up and
maintained by means of suitable approved pumps, to the specified test pressure based on the
elevation of the lowest point on the line or section under test. The test pressure shall be maintained
for one hour.

The leaking joints noticed during testing shall be repaired. The repaired joint shall be subjected to a
re-test. No section shall be accepted unless it is put in a perfectly water tight condition and retested
satisfactorily. The contractors shall make all arrangements for all labours, pumps, pressure gauges,
equipment etc. No main valves or cross connections either on the new or the existing main shall be
operated by the contractor, and only the Engineer's representative shall operate the same. The
contractor shall arrange for labour required for operating the air valves etc.

12. DEFECT LIABILITY PERIOD Not Applicable.

TENDERER Chief General Manager(Engg)


Vol-I - 122 Transmission Circle,Hyderabad
SPECIFICATIONS
PART-III : PIPE LAYING AND CONNECTED CIVIL WORKS

PL.1 SCOPE OF THE SPECIFICATIONS

PL.1.1 The specification for manufacturing, laying, jointing and testing of MS Pipes manufactured with
Electric-Resistance Welding (ERW) or Submerged Arc Welded (SAW) to IS:3589-2000 and
IS:5822-1994.

PL.1.2 These specifications cover the work of laying MS pipeline, underground and above ground, including
Civil Works required for the same.
PL.1.3 The main works covered under these specifications:-

a) Earth work excavation

i) Excavation in trenches for laying pipeline etc.


ii) Excavation for foundation of anchor blocks, thrust blocks, pedestals, piers, culverts, valve
chambers etc.
b) Shoring and strutting.
c) Bailing out water.

1) With 10 Hp pump sets

PL.2 BENCH MARKS

Permanent benchmarks, atleast one in every Kilometer, shall be fixed before any work is started by
the contractor in any section. These benchmarks shall be fixed away from the field of work so as not
to be disturbed during the contract period and shall be securely fixed in concrete. No separate
payment shall be paid towards fixing bench marks.

PL.3 EXCAVATION

PL.3.1 General

Excavation shall be required to be done for the following works :-

(a) Excavation for underground pipelines.

(b) Excavation for foundation of piers, abutments, walls, footings, pedestals, chambers for valves etc.

(c) No separate payment shall be made for removal of shrubs, grass, large and small bushes, hedges,
trees, stumps and stems of tree cut, roots, fencing including posts, gates, portion of old masonry
parapet walls.

PL.3.2 Classification

The Excavation work shall be classified into the following categories by inspection of faces of
cutting.

TENDERER Chief General Manager(Engg)


Vol-I - 123 Transmission Circle,Hyderabad
PL.3.2.1 For pipe line trenches:

(i) Loamy , clayey soils like B.C. soils, red earth, ordinary gravels and hard gravel

(ii) Soft disintegrated rock , stone matrix, hard disintegrated rock removable by pick axes and crow bars
and hard disintegrated rock requiring partial blasting.

(iii) Fissured and fractured rock, boulders upto 3 Cum size requiring blasting including stacking.

(iv) Hard rock and boulders of more than 3 Cum size requiring blasting including stacking.

PL.3.2.2 For chambers, pedestals, anchor blocks

(i) Loamy, clayey soils, soft disintegrated rock like shales, conglomerates, rock removable by pick axes
and crow bars.

PL.3.3 Excavation for laying underground pipeline and providing sand bed

For laying underground pipeline, trenches shall be taken by the contractors as shown in the relevant
drawing. The pipeline shall be laid to the correct level according to the longitudinal section. It is
incumbent on the contractors to follow a planned continuous procedure of work in respect of
excavation, pipe laying, fixing appurtenances and refilling the trenches so as to ensure completion of
work in time and repairing of any roads excavated for this purpose by filling with suitable material to
original grade in the shortest possible time. The daily progress of excavation work for preparing
trenches shall match with the refilling of trenches in the completed portion as far as possible.

Pipe lines under this contract have to be laid mostly along State Highway, cross country and with
several other underground utilities. Hence it may not be possible to permit excavation of trench with
the prescribed side slopes. Hence the following two alternatives are proposed for excavation of
trenches.

1. Excavation of trenches where the prescribed side slopes are feasible.

The dimensions of the trench for laying the MS pipes shall be as shown in the specification drawings.
Payment for excavation shall be made on quantity basis as per the actual dimensions of the trench
excavated subject to the condition that the quantity shall be limited as per the trench cross sections
given in the specification drawings.

2. Excavation of trenches where the prescribed side slopes are not feasible.

For excavation of trenches shoring, strutting has to be done which will be paid extra as per bill of
quantities only wherever loose soils are met with i.e. those soils which cannot retain by themselves.
The shoring and strutting has to be done with prior written approval of the engineer. Payment for
excavation shall be made on quantity basis as per the actual dimensions of the trench excavated.
Subject to the condition that the quantity shall be limited as per the trench cross sections given in the
drawings.

Welding pits and pits at welding joint shall be filled up with granular material i.e. gravel.

Sand used for backfill shall be natural sand( free from cinders, ashes, slag, refuse, organic materials,
lumps of frozen material , boulders, rocks or stones) graded from fine to coarse. The total weight of
loam and clay in it shall not exceed 10% . All materials shall pass through a sieve of aperture size
20mm, and not more than 5% shall remain on sieve of aperture size 6.30mm.

TENDERER Chief General Manager(Engg)


Vol-I - 124 Transmission Circle,Hyderabad
In order to facilitate field and shotcreting, suitable pits shall be excavated at each circumferential
field joint. They shall be paid for in the general item for excavation in trenches.
In the Bill of Quantities, separate rates have been included under all the slabs for excavation under
"Excavation". The volume of excavated material in each slab shall be separately measured and paid
for .

In case of any dispute arising as to the type of excavation, the Engineer's decision as to the category
and slab will be final and binding on the contractors.
PL.3.4 Trenches
Trenches cross section have since been enclosed. The payment of excavation shall be made on
quantity basis as per the actual dimension of the trench excavated subject to the condition and the
quantity shall be limited as per the tender cross section given in the drawing.
All trench excavation and other works carried out within the limits of any Highway or roads shall be
completed as rapidly as possible and not more than half of the width of the carriage way or required
width of trench plus the width required for stacking of excavated materials whichever is minimum
shall be obstructed at one time. Road drains shall be kept free from obstruction. In any event , the
contractor shall take special precaution which shall include the continuous support of the sides of
excavation from the time when excavation is begun until the refilling of the trench is placed, to
ensure that there is no disturbance of the adjacent road or road foundation.

Where excavated material has temporarily been deposited on a grass margin or road pavement, the
margin or road pavement shall on completion of refilling be restored entirely to its original level.
Cutting of roads shall be started only after obtaining the permission of the department.

PL.3.5 Excavation for foundation of piers, abutments, walls, footings, pedestals and valve chambers etc.

Excavation in trenches for foundation of piers, abutments, footings, pedestals etc., shall be as directed
by the Engineer.
In the Bill of Quantities, separate rates have been mentioned under all slabs for excavation. The
volume of excavated material in each slab shall be separately measured and paid at the rates in the
Bill of Quantities.
PL.4 Payment for excavation

For purpose of payment of excavation under Clauses PL. 3.3, 3.5, steel tapes and levelling
instruments shall be used to determine the quantity of excavation. Cross sections of the original
ground level shall be taken jointly by the Engineer's representative and the representative of the
contractor before starting any excavation . If subsequently rock is met with, excavation of the same
shall be started by chiselling or blasting as directed only after final cross sections of earth or morrum
strata (i.e. original cross sections of rock) are taken jointly. Before cross sections are taken, the
excavation shall be cleared out to the rock strata completely and the excavation shall be cleared off
all loose material such as earth, morrum, small boulders to the satisfaction of the Engineer.

The excavation shall be carried out only upto formation level and no payment for excavation below
the formation level shall be made.

When the excavation in hard rock, for preparing formation or for the trenches whether carried out by
blasting, chiselling, and/or wedging reaches within 300 mm. of the formation level, further rock
excavation shall be carried out very carefully and during blasting only small charges shall be used.
The contractors shall make every effort to carry out the excavation to the correct formation levels as
for as practicable.
In order to minimise the overbreak and loosening of materials at the finished surfaces , final cutting
for the last 450mm to 600mm in hard rock shall be carried out by controlled blasting and trimming or
with the help of pneumatic or other power tools. Unless otherwise specified, the overbreak shall not
exceed 75mm. The overbreakage of 75mm shall not be measured for payment and therefore the
Contractor while quoting his rates for rock excavation has to take into account the permissible over

TENDERER Chief General Manager(Engg)


Vol-I - 125 Transmission Circle,Hyderabad
breakage of 75mm. When measurement is not directly possible from the sections, it may be arrived at
measuring compactly formed stacks of the excavated rock. Deduction of 40% or higher percentage
as may be desired by the Executive Engineer shall be made to allow for the voids. Stacks shall not be
of width grater than 1.5m wide nor of height less than one metre.

The width of trenches shall be determined as prescribed under Clause PL. 3.3 and only such widths
shall be taken into account while computing quantities of excavation. Where sizes of excavated
trenches are made in excess of the limits delineated on the drawings or beyond the limits prescribed
by the Engineer from time to time, either due to ignorance or negligence on the part of the contractors
or his men, such excess excavation shall not be paid for. The sand required for filling the extra depth
and width shall not be paid for. Similarly refilling of trench, carting of earth necessitated due to the
extra excavation also shall not be paid.

The width prescribed under PL.4.4 refer to the work of laying pipes only. For other elements of
work such as providing blocks, making cross connections, fixing appurtenances etc., the Engineer
shall prescribe the dimensions of excavation from time to time. Similarly if for any reason such as
for crossing utilities, the Engineer orders the depth of trenches to be increased, the contractors shall
do so and such excess work shall be paid accordingly to the relevant rates.

For purposes of payment of excavation under Clause PL. 3.5 original ground levels shall be taken and
if rock is met with subsequently, again the rock level shall be taken. The quantity of excavation shall
be worked out on the basis of these levels and the sizes of excavation as prescribed by the Engineer.
For rock removal, stacks shall be made and quantity carried out as per Clause PL.4.
PL.5 OTHER ASPECTS OF WORK COVERED UNDER EXCAVATION

PL.5.1. Surplus Excavated Materials

Excavated material which is not required for use in the works shall be disposed off by the contractor
to a suitable place. Accordingly the contractor shall quote the rate for carting of surplus earth/rock.
No claims will be acceptable by HMWSSB; at a later date for disposal of surplus earth/rock, for any
reason.

PL.5.2. Shoring and strutting

The contractor shall suitably design polling boards, waling and struts to meet different soil conditions
that might be encountered in excavating trenches/pits. The horizontal and vertical spacing of struts
shall be such that not only the sides of trenches shall be prevented from collapse but also easy
lowering of pipe in trenches shall be ensured without creating undue obstructions for the excavation
of the work. Any inconvenience and/or delay that might be caused in lowering pipes in trenches as a
result of adopting improper spacing of struts by contractor shall be his sole responsibility. No part of
shoring shall at any time be removed by contractor without obtaining permission from Engineer.
While taking out shoring planks the hollows of any form must simultaneously be filled in with soft
earth well rammed with rammers and with water.
Engineer may order portions of shoring to be left in the trenches/pits at such places, where it is found
absolutely necessary to do so as to avoid any damage which may be caused to buildings, cables, gas-
mains, water mains, sewers etc. in close proximity of the excavation, by pulling out the shoring from
the excavations. Contractor shall not claim, on any reason, whatsoever for the shoring which may
have been left in by him at his own discretion.

Where the subsoil conditions are expected to be of a soft and unstable character in trench/pit
excavation the normal method of timbering may prove insufficient to avoid subsidence of the
adjoining road surfaces and other services. In such circumstances contractor will be required to use
steel trench sheeting or sheet piling adequately supported by timber struts, waling etc., as per the
instructions, manner and method directed by Engineer. Contractor shall supply, pitch, drive and
subsequently remove trench sheeting or piling in accordance with other items of the specification.

TENDERER Chief General Manager(Engg)


Vol-I - 126 Transmission Circle,Hyderabad
PL.5.3 Dewatering of Trenches

The contractors shall provide and work at their own cost all pumps, engines and machinery required
to keep the trenches, for the excavation and for pipe laying etc., clear of water, whether sub-soil
water, storm water or leakage from tanks, wells, drains, sewers or pipes or due to any other source of
reason so that there may be no accumulation of such water. No setting out shall be done, no masonry
laid, no concrete deposited, no joints made, and no measurements taken in water. The pumping shall
be continued during and after execution of any portion of the work and repeated so often as the
Engineer may consider necessary. The pumps used shall be of adequate capacity and if at any time,
the Engineer thinks that the pumps brought by the contractors are inadequate, the contractor shall
bring on site and operate more pumps of the required capacity. If, however, the contractors fail to do
so, the Engineer may make arrangements to provide and work and adequate pumps at the cost of the
contractor.

The contractor shall take every precaution to discharge the water so pumped into the nearest drain in
such a way that it does not spread on the road surface under traffic or cause any nuisance. If this is
not possible and the road surface under traffic has to be crossed, the contractors shall restrict the flow
to a suitable size pipe laid under and across the road. The pipe shall be immediately removed on
completion of the works. No extra payment shall be made for making any such arrangement.

PL.5.4. Fencing, Watching, Lighting

The posts of the fencing shall be of timber, securely fixed in the ground not more than 2.5 m. apart.
They shall not be less than 10 cm. in dia, or not less than 1.25 m. above the surface of ground. There
shall be two rails, one near the top of the posts and the other about 0.5 m. above the ground and each
shall be of 5 cm. to 10 cm. in dia. and sufficiently long to run from post to post to which they shall be
bound with strong ropes. The method, of projecting rails beyond the posts and tying together where
they meet will not be allowed on any account. All along the edges of the excavated trenches, a bund
of earth about one metre high shall be formed where so required by the Engineer for further
protection. Proper provision shall be made for lighting at night and watchmen shall be kept to see
that this is properly done and maintained. "In addition to the normal lighting arrangements, the
contractors shall provide whenever such work is in progress, battery operated blinking light (6 volts)
in the beginning and end of a trench with a view to provide suitable indication to the vehicular traffic.
The contractor shall also provide and display special boards printed with fluorescent paints indicating
the progress of the work along the road. In the event of the contractors not complying with the
provisions of the clause, they will be imposed fine at Rs.500/- per day. Further, in all such cases the
work may be carried out departmentally at the risk and cost of the contractor. The contractor shall be
held responsible for payment of all claims for compensation as a result of accident or injury to any
person or property due to improper fencing, inadequate lighting or non-provision of red flags.

The contractors shall at their own cost provide all notice boards before opening of roads as directed
by the Engineer.

Arrangements shall be made by the contractors to direct traffic whenever work in through fare is in
progress.

No separate payment shall be paid for this item of work.

PL.5.5 Explosives
The contractors shall make themselves familiar with the local regulations governing the excavation,
quarry operation, blasting etc. and the work shall be carried out in strict accordance with local rules
and regulations so far as they apply to this work.

TENDERER Chief General Manager(Engg)


Vol-I - 127 Transmission Circle,Hyderabad
Blasting shall not be done without the previous consent of the Engineer and shall be restricted to the
hours which he may prescribe. If, in the opinion of the Engineer, blasting is likely to be dangerous to
persons or adjacent structures, the rock shall be excavated by other means.

The contractor shall keep the Engineer fully informed at all times when blasting is proposed to be
carried out of any details the Engineer may require concerning strength of charges and their position.

Only experienced and competent blasting operators possessing licences from the Commissioner of
Police shall be employed on blasting work. In carrying out rock blasting, the contractor shall take all
necessary precautions by the use of weighted down screens and other means for the protection of life
and property and shall strictly comply with all rules and regulations that may be laid down by the
competent Police Authority, Inspector of Explosives, Andhra Pradesh by the Engineer or by any
other legally constituted authority having jurisdiction relative to handling, storing and use of
explosives.

Audible and visible warning (such as the waving of red danger flags and the beating of gongs) shall
be given for atleast five minutes before blasting is due to begin. The contractor's foreman or other
responsible person shall inspect the whole of the blasting area during the warning period to ensure
that no one remains within or is likely to enter the danger area. All operators except those
responsible for detonating shall be carried to a safe distance which in any case shall not be less than
200 metres.

All fuses must be cut to the lengths required before being inserted into the holes.

The number of charges to be fired and the actual number of shots heard, must be compared, and the
person responsible must satisfy himself by examination that all the charges have exploded, before
work people are permitted to approach the scene. The withdrawal of any charge, which has not
exploded can under no circumstances, be permitted. The tamping and charge shall be flooded with
water, and the hole marked in a distinguishing manner. Another hole shall be jumped at a distance of
about 45 Cms., from the old hole and fired in the usual way. The results shall be carefully examined
by the person in charge of the blasting, and operation continued, until the original charge is exploded.
For "Storage of Explosives", the contractors shall obtain the previous permission of the competent
Police Authority for the location of magazine site, manner and method of storing explosives near the
sites of works. All handling of explosives, including storage, transport, etc., shall be carried out
under the rules approved by the Explosives Department of the Government.
In order to ensure the safety of surrounding property and persons, no charge shall be used which is
larger than necessary. Rock excavation continuous to any structure shall be carried on in such a
manner as not to cause damage to it.

PL.5.6. Supporting of and Repairs to the Damaged Public Utilities

Utilities such as water pipes, drains, sewers, cables etc. which happen to foul the alignment, shall be
temporarily supported throughout the work by the contractor at his cost to the satisfaction of the
Engineer. In this connection, the contractors have to contact the concerned departments and take all
precautions that are considered necessary by them. On completion of the pipe laying operation and
before refilling the trenches, some of the utility may have to be supported permanently by providing
either masonry or concrete as directed. The masonry or concrete supports shall be paid for separately
under the respective items. If during the execution of work any public utilities or house connections
are damaged, the same shall be repaired either by the contract or thorough the concerned department
at the risk and cost of the contractors.

PL 6 CONCRETE
PL 6.1 General
a. The quality of materials and method and control of manufacture and transportation of all
concrete work irrespective of mix, whether reinforced or otherwise, shall conform to the

TENDERER Chief General Manager(Engg)


Vol-I - 128 Transmission Circle,Hyderabad
applicable portions of this specification.
b. The Engineer shall have the right to inspect the source/s of material/s, the layout and
operation of procurement and storage of materials, the concrete batching and mixing
equipment, and the quality control system. Such an inspection shall be arranged and
Engineer's approval obtained, prior to starting of concrete work.

PL 6.2 Materials for standard concrete


The ingredients to be used in the manufacture of concrete shall consist solely of portland cement,
clean sand, natural coarse aggregate, clean water, and admixtures, if specifically called for on
conditions at site warrant its use.

a) Cement: Cement shall conform to I.S. 269-1989 / IS: 8112-1989 / IS: 12269-1987.
b) Aggregates:
(i) General
a) "Aggregate" in general designates both fine and coarse inert materials used in the manufacture of
concrete.
b) "Coarse aggregate" is aggregate most of which is retained on 4.75 mm IS sieve.
c) "Fine aggregate" is aggregate most of which is passed through on 4.75 mm IS sieve.

d) All fine and coarse aggregates proposed for use in the Works shall be subject to the Engineer's
approval and after specific materials have been accepted, the source of supply of such materials
shall not be changed without prior approval of the Engineer.

e) Aggregates shall, except as noted above, consist of natural sands, crushed stone from a source
known to produce satisfactory aggregate for concrete and shall be chemically inert, strong, hard,
durable against weathering, of limited porosity and free from deleterious materials that may
cause corrosion of the reinforcement or may impair the strength and/or durability of concrete.
The grading of aggregates shall be such as to produce a dense concrete of specified strength and
consistency that will work readily into position without segregation and shall be based on the
"mix design" and preliminary tests on concrete specified later.
(ii) Sampling and Testing

Samples of the aggregates for mix design and determination of suitability shall be taken
under the supervision of Engineer and delivered to the laboratory, well in advance of the
scheduled placing of concrete. Records of tests which have been made on proposed
aggregates and on concrete made from this source of aggregates shall be furnished to
Engineer in advance or the work for use in determining aggregate suitability. The costs of
all such tests, sampling, etc., shall be borne by Contractor.

(iii) Storage of materials

All coarse and fine aggregates shall be stacked separately in stock piles in the material yard
near the work site in bins properly constructed to avoid inter mixing of different aggregates.
Contamination with foreign material and earth during storage and while heaping the
materials shall be avoided. The aggregate must be of specified quality not only at the time
of receiving at site but more so at the time of loading into mixer. Rakers shall be used for
lifting the coarse aggregates from bins or stock piles. Coarse aggregate shall be piled in
layers not exceeding 1.20 meters in height to prevent conning or segregation. Each layer
shall cover the entire area of the stock pile before succeeding layers are started. Aggregates
that have become segregated shall be rejected. Rejected material after remixing may be
accepted, if subsequent tests demonstrate conformance with required gradation.

(iv) Specific Gravity:

Aggregates having a specific gravity below 2.6 (saturated surface dry basis) shall not be

TENDERER Chief General Manager(Engg)


Vol-I - 129 Transmission Circle,Hyderabad
used without special permission of the Engineer.

6.2.1 Aggregate
a. Fine aggregate shall consist of natural or crushed sand conforming to IS 383. The sand
shall be clean, sharp, hard, strong and durable and shall be free from dust, vegetable
substances, adherent coating, clay, alkali, organic matter, mica, salt, or other deleterious
substances, which can be injurious to the setting qualities/strength/durability of concrete.
(i) Machine-made Sand: Machine-made sand will be acceptable, provided the constituent
rock-gravel composition shall be sound, hard, dense, non-organic, uncoated and durable
against weathering.

(ii) Screening and Washing: Sand shall be prepared for use by such screening or
washing, or both, as necessary, to remove all objectionable foreign matter while
separating the sand grains to the required size fractions.

iii) Foreign material limitations: The percentage of deleterious substances in sand


delivered to the mixer shall not exceed the following:

Uncrushed Crushed
(A)Material finer than 75 micron I.S. Sieve 3.00 15.00
(B) Shale 1.00 --
(C)Coal and lignite 1.00 1.00
(D) Clay lumps 1.00 1.00

Total of all above substances including


items (A) to (D) for uncrushed sand and
items (C) and (D) for crushed sand 5.00 2.00
b. Gradation

(i) Unless otherwise directed or approved by the Engineer, the grading of sand shall be within the limits
indicated hereunder:
__________________________________________________________________
Percentage passing for
___________________________________________________________
Grading Grading Grading Grading
Zone I Zone II Zone III Zone IV
---------------------------------------------------------------------------------------------------
100 100 100 100
90-100 90-100 90-100 95-100
60-95 75-100 85-100 95-100
30-70 55-90 75-100 90-100
15-34 35-59 60-79 80-100
5-20 8-30 12-40 15-50
0-10 0-10 0-10 0-15
--------------------------------------------------------------------------------------------------

(ii) Where the grading falls outside the limits of any particular grading zone of sieves, other than 600
micron I.S. sieve, by total amount not exceeding 5 percent, it shall be regarded as falling within that
grading zone. This tolerance, shall not be applied to percentage passing the 600 micron I.S. sieve or
to percentage passing any other sieve size on the coarser limit of Grading Zone I or the finer limit of
Grading Zone IV. Fine aggregates conforming to Grading Zone IV shall not be used for RCC Work.
Mix designs and preliminary tests shall show its suitability for producing concrete of specified
strength and workability.

c. Fineness Modulus

TENDERER Chief General Manager(Engg)


Vol-I - 130 Transmission Circle,Hyderabad
The sand shall have a fineness modulus of not less than 2.2 or more than 4.2. The fineness modulus
is determined by adding the cumulative percentages retained on the following I.S. sieve sizes (4.75
mm, 2.36 mm, 1.18 mm, 600 micron, 300 micron and 150 micron) and dividing the sum by 100.

6.2.2 COARSE AGGREGATE

a. Coarse aggregate for concrete, except as noted above, shall conform to I.S. 383. This shall consist of
crushed stone and shall be clean and free from elongated, flaky or laminated pieces, adhering
coatings, clay lumps, coal residue, clinkers, slag, alkali, mica, organic matter or other deleterious
matter.

b. Screening and Washing

Crushed rock shall be screened and /or washed for the removal of dirt or dust coating, if so requested
by the Engineer.

c. Grading

Coarse aggregate shall be either in single size or graded, in both cases the grading shall be within the
following limits:

~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
IS Sieve Percentage passing for single- Percentage passing for graded
Designa- sized aggregate of nominal size. ____aggregate of nominal size
tion 40mm 20mm 12.5mm 10mm 40mm 20mm 12.5mm
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
~
63mm 100 - - - 100 - -

40mm 85-100 100 - - 95-100 100 -

20mm 0-20 85-100 - - 30-70 95-100 100

16mm - - 100 - - - -

12.5mm - - 85-100 100 - - 90-100

10 mm 0-5 0-20 0-45 85-100 10-35 25-55 40-85

4.75 mm - 0-5 0-10 0-45 0-5 0-10 0-10

2.36 - - - 0-5 - - -
~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
~

d. The pieces shall be angular in shape and shall have granular or crystalline surfaces. Friable, flaky
and laminated pieces, mica and shale, if present, shall be only in such quantities that will not, in the
opinion of Engineer, affect adversely the strength and/or durability of concrete. The maximum size
of coarse aggregate shall be 40mm for M-15 to M-30 and 20 mm for M-35 to M-40 concrete, or as
directed by the Engineer or specified otherwise. The maximum size of coarse aggregate shall be the
maximum size specified above, but in no case greater than 1/4 of the minimum thickness of the
member, provided that the concrete can be placed without difficulty so as to surround all
reinforcement thoroughly and fill the corners of the form. For plain concrete the maximum size of

TENDERER Chief General Manager(Engg)


Vol-I - 131 Transmission Circle,Hyderabad
aggregate shall be of 40 mm. For heavily reinforced concrete members, the nominal maximum size of
the aggregate shall be 5 mm less than the minimum clear distance between the reinforcing main bars
or 5 mm less than the minimum cover to reinforcement whichever is smaller. The amount of fine
particles occurring in the free state or as loose adherent shall not exceed 1% when determined by
laboratory sedimentation tests as per I.S. 2386. After 24 hours immersion in water, a previously
dried sample shall not have gained more than 10% of its oven dry weight in air, as determined by I.S.
2386.

e. Foreign material limitations: The percentage of deleterious materials in the aggregate delivered to
the mixer shall not exceed the following :

Foreign Material percent by weight


~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~
Uncrushed Crushed

i. Material finer than 75 micron [Link] 3.00 3.00


ii. Coal and Lignite 1.00 1.00
iii. Clay lumps 1.00 1.00
iv. Soft Fragments 3.00 --
v. Total of all the above substances 5.00 5.00

PL 6.3 Water

Water shall conform to Clause 2(c), Part 2-C of manufacture of MS Pipes.

PL.6.4 Transporting and Depositing Concrete

Mixing plant shall be located as close as possible to the point of placement. Concrete shall be placed
within 30 minutes after mixing and shall be transported from-the mixer to its final placement as
rapidly as practicable, taking care to see that no segregation or loss of ingredients take place. It shall
also be ensured that the concrete is of the required workability at the point and time of placing.

Dropping of concrete from an excessive height or running or working it along forms will not be
permitted. Any concrete which, before placement has begun to set and has become stiff shall be
rejected.

Concrete shall not be disturbed after it has been placed in the form and has begun to set. Concrete
shall be carefully placed in horizontal layers which shall be kept at an even height throughout the
work. Concrete shall not be allowed to slide or flow down sloping surfaces directly into its final
position but shall be placed in its final position from the skips, trucks, barrows, down pipes or other
placing machines or device or, if this is impossible it shall be shoveled into position, care being taken
to avoid separation of the constituent materials. Concrete placed in horizontal slabs from barrows or
other tipping vehicles shall be tipped into the face of the previously placed concrete.

Concrete dropped into place in the work shall be dropped vertically. It shall not strike the formwork
between the point of its discharge and its final place in the work and except by approval of the
Engineer it shall not be dropped freely through a height greater than 1.5 metres. Chutes & Conveyer
belts shall be so designed that there is not segregation or loss of mortar and shall be provided with a
vertical tapered down pipe, or other device, to ensure that concrete is discharged vertically into place.
Where a lift of concrete is built up in layers, each layer shall be properly merged into the preceding
layer before initial set takes place.

PL.7 FORM WORK


PL.7.1. Material

TENDERER Chief General Manager(Engg)


Vol-I - 132 Transmission Circle,Hyderabad
All formwork for concrete work shall be made of M.S. Plates. The plates shall be free from wrinkles,
debts, lumps or other imperfections. Steel plates shall have sufficient thickness to withstand the
construction loads and the pressure exerted by the wet concrete as well as vibration during placing of
concrete. Normally the thickness shall not be less than 18 gauge for M.S. Plates.
PL.7.2. Arrangements

All forms shall conform to the shape, lines, dimensions as shown on the plans of the concrete
members. The framework shall include all wedging, bracing, the rod, clamps, stop off boards and
other devices necessary to mould the concrete to the desired shape. The formwork shall be
constructed as to remain sufficiently rigid during the placing and compacting of the concrete and
shall withstand the necessary pressure, ramming and vibrations without any deflection from the
prescribed lines and curves. It shall be properly strutted and braced in at least two directions. It shall
be sufficiently tight to prevent loss of liquid slurry from the concrete. It shall be strongly and firmly
erected. The moulds shall be free from holes, open joints, and other imperfections. The form work
shall be so arranged as to permit easy erection initially and easy removal without jarring or disturbing
the concrete finally. Wedges and clamps shall be used wherever practicable instead of nails.

Where the depth of formwork exceeds 1.5 metres, the contractors shall keep one side partly open,
from which the concrete could be placed and the planking on the open side could be raised as the
work proceeds. This will avoid segregation of material in concrete and also facilitate its proper
vibration.

Before concrete is placed, all rubbish shall be removed from the interior of the form and the surfaces
of the formwork in contact with concrete shall be cleaned and thoroughly wetted. The inside surface
of the form work shall be treated with a coat of lime, oil or any other material approved by the
Engineer. Care shall be taken to see that the above approved composition is kept out of contact with
the reinforcement. The slab centering shall be covered with "Double Wax" water proofing paper or
tar paper or polythene sheet as directed by the Engineer.

Where no special finish is desired and where form finish is acceptable, the formwork may be
prepared out of `Anchor' brand plywood or similar material, which shall give a good finish to the
concrete surface and thus there will be no necessity of providing cement plaster finish. For work,
which are of repetitive nature, such as column footings, pedestals for pipes, pedestal footings, the
form work shall be fabricated out of steel plates and structurals to obtain uniform finish throughout
the work. In all cases the formwork shall be inspected and approved by the Engineer, before any
concreting is started. The contractor shall, however, be solely responsible for the proper design,
adequacy and stability of the formwork. If at any time, in the opinion of the Engineer, the formwork
provided is not considered sufficiently rigid and/or is defective, the contractor shall improve or
strengthen the same in such manner as the Engineer may direct.

PL.7.3. Removal of Form Work

In no circumstances shall form be struck off until the concrete attains adequate strength as required or
without obtaining permission of the Engineer. All formwork shall be removed without such shock or
vibration as would damage the concrete. Before the soffit and the struts are removed, the concrete
surface shall be exposed where necessary in order to ascertain that the concrete has hardened
sufficiently. The responsibility for the removal of the formwork whether whole or part, shall rest,
entirely with the contractor who must nevertheless be guided by the opinion of the Engineer in this
regard. The work of striking and the removal of formwork shall be conducted in the presence of the
Engineer and under personal supervision of a competent foreman in the employment of the
contractor.

TENDERER Chief General Manager(Engg)


Vol-I - 133 Transmission Circle,Hyderabad
Normally, the forms shall be struck after the expiry of following periods:-

1. Vertical surfaces of wall 1 day

2. Columns and vertical sides of beams 2 days

3. Slab bottoms with props left under 7 days

4. Beam bottom with prop left under 7 days

5. Removal of props under slabs


Span upto 4.5 m. 7 days
Span over 4.5 m. 14 days

6. Removal of props to beam and arches


Span upto 6.0 m. 14 days
Span over 6.0 m. 21 days

PL.7.4 Surface Treatment & Finish

When the formwork is struck, all the faces of concrete shall be smooth and sound free from voids and
air holes. Any roughness or irregularity on the exposed surfaces shall be immediately filled up while
the concrete is still green with cement grout, cement wash and/or 1:1 mortar properly trowelled and
finished. Such patching of the concrete face shall be carried only with the permission of the
Engineer. If the concrete is found honey-combed, the honeycombed portion and whatever
surrounding concrete that may be considered unsatisfactory by the Engineer shall be dismantled and
fresh concrete of proper quality shall be provided at contractor's cost.

PL 8 REINFORCEMENT

PL 8.1 General

Reinforcement shall be either plain round mild steel bars Grade I as per I.S.432 (Part I) or medium
tensile steel bars as per I.S. 432 (Part I) / high strength deformed bars as per I.S.1786. Wire mesh or
fabric shall be in accordance with I.S. 1566. Substitution of reinforcement of Fe 415 will not be
permitted except upon written approval from the Engineer.

PL 8.2 Storage

The reinforcement shall not be kept in direct contact with the ground but stacked on top of an
arrangement of timber sleepers or the like. 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 or stored
as directed by the Engineer. Fabricated reinforcement shall be carefully stored to prevent damage,
distortion, corrosion and deterioration.

PL 8.3 Quality

a. All steel be of Grade I quality unless specifically permitted by the Engineer. No re-rolled material
will be accepted. If requested by the Engineer, the contractor shall submit the manufacturer's test
certificate for the steel. Random tests on steel supplied by the contractor may be performed by the
Engineer as per relevant Indian standards. All costs incidental to such tests shall be at the contractor's
expense. Steel not conforming to specifications shall be rejected.

b. All reinforcements shall be clean, free from grease, oil, paint, dirt, loose mill scale, loose rust, dust,
bituminous material or any other substances that will destroy or reduce the bond. All rods shall be

TENDERER Chief General Manager(Engg)


Vol-I - 134 Transmission Circle,Hyderabad
thoroughly cleaned before being fabricated. Pitted and defective rods shall not be used. No welding
of rods to obtain continuity shall be allowed unless approved by the Engineer. If welding is
approved, the work shall be carried out as per I.S.2751 according to the best modern practices and as
directed by the Engineer. In all cases of important connections, tests shall be made to prove that the
joints are of full strength of bars welded. Special precautions, as specified by the Engineer, shall be
taken in the welding of cold worked reinforcing bars and bars other than mild steel.

PL 8.4 Laps

Laps and splices for reinforcement shall be as per I.S. 456. Splices in adjacent bars shall be
staggered and the locations of all splices, except those specified on the approved Drawings, shall be
only as approved by the Engineer. The bars shall not be lapped unless the length required exceeds
the maximum available lengths of bars at site.
PL 8.5 Bending

a. Reinforcement bars supplied bent or in coils, shall be straightened before they are cut to size.
Straightening of bars shall be done cold and without damaging the bars.

b. All bars shall be accurately bent according to the sizes and shapes shown on the approved
detailed working drawings/bar bending schedules. They shall be bent gradually by machine or
other approved means. Reinforcing bars shall not be straightened and rebent in a manner that
will injure the material; bars containing cracks or splits shall be rejected. They shall be bent
cold, except bars of over 25 mm in diameter which may be bent hot if specifically approved by
the Engineer. Bars which depend for their strength on cold working, shall not be bent hot. Bars
bent hot shall not be treated beyond cherry red colour (nor exceeding 845 degree C) and after
bending shall be allowed to cool slowly without quenching. Bars incorrectly bent shall be used
only if the means used for straightening and rebending be such as shall not, in the opinion of the
Engineer, injure the material. No reinforcement shall be bent when in position in the work
without approval, whether or not it is partially embedded in hardened concrete. Bars having
kinks or bends other than those required by design shall not be used.

PL 8.6 Fixing
Reinforcement shall be accurately fixed by any approved means and maintained in the correct
position by the use of blocks, spacers and chairs, as per I.S.2502, to prevent displacement during
placing and compaction of concrete. Bars intended to be in contact at crossing points shall be
securely bound together at all such points with number 16 gauge annealed soft iron wire. The
vertical distances required between successive layers of bars in beams or similar members shall be
maintained by the provision of mild steel spacer bars at such intervals that the main bars do not
perceptibly sag between adjacent spacer bars.

PL 8.7 Cover
a. Unless indicated otherwise, clear concrete cover for reinforcement (exclusive of plaster or other
decorative finish) shall be as follows:
(i) At each end of a reinforcement bar, not less than 25 mm nor less than twice the diameter of
the bar.

(ii) For a longitudinal reinforcing bar in a column, not less than 40 mm, nor less than the
diameter of the bar. In case of columns of minimum dimension of 20 cm or under, with
reinforcing bars of 12 mm and less in diameter, a cover of 25 mm may be used.

iii) For longitudinal reinforcing bars in a beam, not less than 25 mm nor less than the diameter
of the bar.

TENDERER Chief General Manager(Engg)


Vol-I - 135 Transmission Circle,Hyderabad
(iv) For tensile, compressive, shear or other reinforcement in a slab, or wall, not less than 15
mm, nor less than the diameter of such reinforcement.

(v) For any other reinforcement, not less than 15 mm, nor less than the diameter of such
reinforcement.

(vi) For footing and other principal structural members in which the concrete is poured on a
layer of lean concrete, the bottom cover shall be reduced to 50 mm.

vii) For concrete surfaces exposed to the weather or the ground after removal of forms, such as
retaining walls, grade beams, footing sides and tops, etc. not less than 50 mm for bars larger
than 16 mm diameter and not less than 40 mm for bars 16 mm diameter or smaller.

(viii) For liquid retaining structures, the minimum cover to all steel shall be 40 mm or the
diameter of the main bar, whichever is greater. In the presence of soils and waters of a
corrosive character, the cover shall be increased by 10 mm.
(ix) The correct cover shall be maintained by cement mortar cubes or other approved means.
Reinforcement for footings, grade beams and slabs on subgrade shall be supported on
precast concrete blocks as approved by the Engineer. The use of pebbles or stones shall not
be permitted.

(x) The 28 day crushing strength of cement mortar cubes/precast concrete cover blocks shall be
at least equal to the specified strength of concrete in which these cubes/ blocks are
embedded.

(xi) The minimum clear distance between reinforcing bars shall be in accordance with I.S.
456.
PL 8.8 INSPECTION

Erected and secured reinforcement shall be inspected and approved by the Engineer prior to
placement of concrete.

PL 9 Granite Rough Stone Dry Packing For Aprons & Revetments Including Grouting With C.M. 1:3

PL 9.1 The bed or slope to receive the packing shall first be prepared with 300 mm thick well wetted and
consolidated morrum.

PL 9.2 The stones used for Revetments and Aprons shall be 300 mm thick. The smaller size stones
required for filling in interstices and wedging shall only be supplied to the actual requirements for the
work and shall not be used in two or more layers as a substitute for the specified sizes of stones.

PL 9.3 The stones shall be laid closely in position on the prepared bed and firmly set with their broadest ends
downwards so that they may meet all round their bases and with the top of the stone level with the
finished surface of the packing. The stones shall be placed normal to the surface to be protected.

PL 9.4 The interstices between adjacent stones shall be filled in with stones of the proper size, well driven in
with crow bars to ensure tight packing and complete filling of all interstices. Such filling shall be
carried on simultaneously with the placing in position of the large stones and shall in no case be
permitted to lag behind. The final wedging shall be done after obtaining the orders of the General
Manager. The final wedging shall be done with the largest sized chips practicable, each chip being
well driven home with a hammer so that no chip is possible of being picked up or removed by hand.

TENDERER Chief General Manager(Engg)


Vol-I - 136 Transmission Circle,Hyderabad
PL 9.5 Profiles of strings and pegs shall be put up to ensure that the pitching is done true straight and to the
proper slope throughout and revetments shall in all cases be built up from the foot of the bund to be
reveted. Care is necessary that a strong toe wall or other protection is always given to the revetment.

PL 9.6 On completion, the surface presented by the apron or revetment shall be even throughout, free from
irregularities and to the required length, breadth and slope as specified or as shown on the Plans.

PL.10 COURSED RUBBLE MASONRY IN CM (1:6) II SORT

Coursed rubble masonry shall be used for chambers or for any other masonry structures where the
Engineer may consider it necessary. The stone shall be laid in horizontal course not less than 150
mm. in height. All the courses shall be of the same height and in no case, a course shall be thicker
than the one beneath it. The face stones shall be hammer dressed and of rectangular shape of suitable
size, good bed and uniform colour. The bushing shall not project more than 40mm. Weep holes shall
be provided with suitable filter around the weep holes at contractor's cost.

PL.11 TRANSPORT OF MS PIPES, SPECIALS, VALVES, DI PIPES, DI FITTINGS ETC.

The M.S. pipes and Specials, valves, base plates, manhole covers, appurtenances, bolts and nuts,
distance pieces, flanges, saddles, collars, bye-pass arrangements etc. shall be transported by the
contractors. Inlining and outcoating of M.S. pipes and specials shall also be done at the factory
before conveying from factory to laying site.

PL.12 HANDLING OF PIPES, APPURTENANCES, VALVES AND SPECIALS

It is essential to avoid damage to the pipes, fittings and specials, etc. or their coatings at all stages
during handling. The pipes and specials shall be handled in such a manner as not do distort their
circularity or cause any damage to their inlining and outcoating. Pipes shall not be thrown down
from the trucks nor shall they be dragged or rolled along hard surfaces. Slings of canvas or equally
non-abrasive materials of suitable width of special attachment shaped to fit the pipes ends shall be
used to lift and lower pipes so as to eliminate the risk of damage to the coating.

Great care shall be taken in handling the pipe right from the first operation until they are laid and
jointed. the contractors shall be responsible for any loss or damage to the pipes, specials, or their
coatings. No defective or damaged pipe or specials shall be allowed to be used in the work without
rectification to the satisfaction of the Engineer. Any damage to the pipes and specials shall be
repaired by the contractor at his cost to the satisfaction of the Engineer.

PL.13 GENERAL SEQUENCE OF OPERATIONS FOR LAYING ABOVE GROUND PIPELINE

Before commencing the work of pipe laying, the contractor shall study the Longitudinal Section of
the pipeline for the section concerned and shall also study the details of the type of pedestals to be
provided.

The Engineer shall give the contractor the detailed working drawings showing the positions of the
pedestals to be cast in the section, the formation of which is ready for laying the pipeline. Pipe laying
shall generally start from the fixity points on either side, the expansion joint being provided last.
Fixity points are at all anchor blocks and pedestals.

Pedestals shall be constructed before commencing the pipe laying work in any section.

PL.14 LAYING UNDERGROUND PIPE LINE

PL.14.1 The laying of DI pipes shall conform to IS: 12288-1987 and laying of welded steel pipes conform to

TENDERER Chief General Manager(Engg)


Vol-I - 137 Transmission Circle,Hyderabad
IS:5822-1984.
PL.14.2 Not used.
PL.14.3 Steel Pipes
Laying of welded steel pipes conform to I.S. 5822-1994.

The steel pipes shall be lowered into the trench preferably by cranes . Any other method of handling
shall be got approved by the Engineer. It shall also be necessary to see that the outer coating of pipe
is not damaged in any way during lowering and assembling. After the pipe is lowered in the trench, it
shall be laid in correct line and level by the use of the levelling instruments, sight rails, theodolite etc.
Care shall be taken to see "that the longitudinal joints of two consecutive pipes at each
circumferential joint are staggered by 90 deg. while assembling the pipes , the ends shall have to be"
brought close enough to leave an uniform gap not exceeding 3mm. If necessary, a required cut may
be taken to ensure a close fit of the pipe faces. For this purpose, experienced cutters who can take
uniform and straight cuts, shall only be permitted to cut the faces of the pipe. No extra payment shall
be made for such required cutting.

There shall be no lateral displacement between the pipe faces to be jointed. If necessary, spiders
from inside and tightening rings from outside shall be used to bring the two ends in perfect contact
and alignment. It may also be necessary to use jacks for this purpose. In no case shall hammering or
longitudinal skidding be permitted. When the pipe is properly assembled and checked for correct line
and level, it shall be firmly supported on wooden beams and wedges and tack welded. Some portion
of the trench may be refilled at this stage so as to prevent the pipe line from losing its alignment. The
tack welded circumferential joints shall then be welded fully. Only experienced welders who shall be
tested from time to time shall be permitted to carry out the welding work. No apprentice or helper
shall be allowed to do any welding whatsoever. If any unauthorized person if found doing welding
work, he shall be removed from the work and the work carried out by him shall be re-done after
gouging out the same. The welder shall produce a certificate of having adequate training and/or
experience from an Institute or Firm, where he has been trained or gathered experience on similar
jobs.
Baling or pumping out of water from trench including shoring, strutting and removing slush while
laying, jointing and testing shall be done by the contractor. The contractor shall take precaution from
caving, sliding, under pinning, flotation at his expense.

PL.15 Precautions Against Flotation

When pipeline laid underground or above ground in a long narrow cutting gets submerged in water
collected in the trench or cutting , it is subjected to an uplift pressure due to buoyancy and is likely to
float , if completely or partly empty. In the design of pipelines, provision is made to safeguard against
flotation by providing sufficient overburden or by providing sufficient dead weight by means of
anchor blocks.
In the case of works extending over one or more monsoon seasons, however special care and
precautions are necessary during the progress of work on this account. The work of providing anchor
blocks and refilling the trenches to the required level and compacting the same etc. shall always be
done as soon as the pipeline has been laid.

The contractor shall see that water will not be allowed to accumulate in open trenches, where work is
in an incomplete stage, precautionary work such as blank-flanging the open ends of the pipeline and
filling the pipeline with water etc., shall be taken as directed by the Engineer. Such works shall be to
the contractor's account and no separate payment will be made for the same. A minimum of 1.3
metres over burden shall be maintained at all times. Where this overburden is not available, anchor
blocks have to be provided as shown in the L.S. Plans of Specification Drawing.

Protection of pipeline against flotation during the contract period shall be the responsibility of the
contractor. Should any section of the pipe line float due to their negligence etc., the entire cost of
laying it again to the correct line and level shall be to his account.

TENDERER Chief General Manager(Engg)


Vol-I - 138 Transmission Circle,Hyderabad
PL.16 DIMENSIONS OF M.S. SPECIALS

Specials such as Y-pieces, Bends (single or composite), Tees, Tapers, etc., shall be in accordance
with IS: 7322-1985. Smaller branches, angle piece bends etc. may be fabricated at site, care being
taken to ensure that the fabricated fittings have at least the same strength as the pipe line to which
they are jointed. If any extra single bends have to be modified by cutting their ends to suit the
variation in deflection, the same shall be done by the contractors as may be directed by the Engineer.
For such cutting of pipes and specials, the contractors shall not be paid for separately. The ends of
M.S. pipes and specials jointing the MS Pipes shall be provided with machine ends to suit the MS
Pipes.

The inlining and outcoating of specials shall conform to I.S. 9012-1978 and relevant specifications
for guniting. The cement mortar proportion for lining shall be 1:2 proportion by volume and for
outcoating, the cement mortar proportion shall be 1:3.

PL.17 PREPARING STEEL PIPE FACES FOR WELDING

Before aligning, assembling and welding, the pipe faces shall be cleaned by scrapping, with wire
brushes or any other method approved by the Engineer.

PL.18 WELDING JOINTS

As regards the welding work, the following points shall be borne in mind by the Contractors.

PL.18.1 Electrodes

The Contractors shall use standard electrodes depending on the thickness of plate and the type of
joint. They shall also use standard current and arc voltage required for the machine in use as per
manufacturer's directions. Welding Electrodes shall conform to I.S. 814-1991. "Specifications for
covered electrodes for metal arc welding of mild steel" (second or latest revision) Indian made or
equivalent foreign make electrodes of the required quality approved by the Engineer, shall be used
wherever possible.

PL.18.2 Welded Joints (other than for closing lengths)

Shall be of the butt welded type with an internal circumferential weld. However, pipes 900 mm. and
below in dia. shall be jointed with external welds and pipes larger in size will be circumferentially
welded both internally and externally. All fillet welds shall have a throat thickness not less than 0.7
times the thickness of the pipe to be welded.

All parts to be welded shall have loose scale, slag, rust, paint and other foreign matter removed by
means of a wire brush and shall be left clean and dry. All scale and slag shall be removed from each
weld when it is completed.

Welding of straps shall be done as specified in PL 23.

PL.18.3 Gousing

M.S. Pipes larger in size i.e. more than 900 mm. dia. will have to be welded internally and externally.
At the time of internal welding, a `V' cut is made from inside of the pipes and after completing the
internal welding with required number of runs, the external welding (sealing run) is incumbent.
Before starting the external welding (sealing run) the internally welded material in the joint will have
to be cleaned by Gousing with Gas flame. Gousing shall be done before starting the external welding

TENDERER Chief General Manager(Engg)


Vol-I - 139 Transmission Circle,Hyderabad
(sealing run) and the rate of welding shall include the cost of gousing also. Gousing will also be
carried out before rectifying the defective welding wherever necessary and as directed by the
Engineer.

PL.18.4 Procedure

The welding of pipes in the field shall comply with I.S. 816-1969 (code of practice for use of metal
arc welding for general construction in mild steel).

The openings in the laid pipeline in the form of manholes made at suitable distances, for access into
the pipeline for the work of cleaning, painting and repairs to the welds etc. shall be closed by
welding a new patch on the opening.

Such manholes should, as far as possible, be provided at the sides of pipelines; and cutting at the
crown of the pipe should be avoided. The following procedure should be strictly adopted while
plugging the manholes by patch plating:-

(1) The manholes shall be plugged by providing a patch plate cut from a separate stack of pipe
of the same dia. the old plate cut from the pipeline shall not be used for this purpose.

(2) The edges of the new patch plate shall be properly shaped and the same shall be inserted in
the opening by keeping gap of 3 to 4 mm. and tacked.

(3) The welding of the patch plate should be done in segments with proper sequence
conforming to I.S.S. 623 (12.3).

PL.18.5 Testing of Welded Joints

(i) The welded joints shall be tested in accordance with procedure laid down in I.S.S. No. 3600
of 1966: "Code of Procedure for testing of fusion welded joints and weld metals in steel".
One test specimen taken from at least one field joint out of any ten shall be subjected to test.

(ii) The test pieces shall be taken out from the positions pointed out by the Engineer without any
delay. They shall be machined immediately and tested in week's time.

iii) The shape of the test pieces removed from the pipes shall be such that it will give a
specimen of the required dimensions and at the same time leave a hole in the pipe with
rounded corners. This hole shall be patched up by inserting and welding suitable sized
plates. Great care shall be taken in preparing these plates so as to get a good butt weld.

(iv) After the jointing is completed, all protruding portions shall be chipped off and ground
smooth and the inlining and outcoating shall be done by guniting.

(v) The entire cost of the test including taking out test samples, machining the test pieces,
transport to and from the laboratory and testing them in a laboratory, the cost of patching up
the test piece hole in the pipe, payment of all testing fees, cleaning and painting the same,
shall be borne by Contractor. The tests shall be carried out in some Government or semi-
Government Institute approved by the Engineer. This shall be arranged by the Engineer
entirely at the Contractor's cost.

(vi) The following tests shall be made:-


1. Tensile:

TENDERER Chief General Manager(Engg)


Vol-I - 140 Transmission Circle,Hyderabad
The test specimen taken perpendicularly across the weld shall be shaped in accordance with I.S.S.
No. 223 of 1950. The specimen shall be taken from the end of the pipe or at any field joint in the
pipe as directed by the Engineer and shall be cut with the weld approximately in the middle of the
specimen. The tension test specimen shall be machined. The protruding welded portion from both
inside and outside shall be removed by machining or grinding before the specimen is tested.

At least one field joint out of every ten shall be subjected to test by taking out a specimen. If a test
specimen shows defective machining or develops flaws not associated with welding, it may be
discarded and another specimen substituted.

The welded joint shall show a strength not less than the minimum tensile strength specified for the
plate. (Please refer to I.S.2062 of 1992 or latest revision). "Specifications for structural steel
(Standard Quality)".

2. Bend Tests:
The bend test specimen shall be prepared in the same way as that for tensile test and tested in the
presence of the Engineer. The specimen shall stand being bent cold through 180 degrees around a
pin the diameter of which is equal to 4.5 times of thickness of the plate, without developing cracks.
In making the bend test, the side of the specimen representing the inside of the pipe shall be placed
next to the pin.

3. Tre-panned Plugs:

Tre-panned Plugs shall be taken out from any welded portion by the Engineer. The plugs taken out
shall not show, on examination, any defects in welding such as inclusion of slag, blow holes, cavities
etc. the plug shall be 12 mm. in dia. and shall be taken out by means of a suitable hole-saw operated
electrically.

The holes shall be either filled back by inserting a steel stud and welding all round or by threading the
hole and providing a suitable G.I. Plug.

The tre-panned plugs shall be taken out only if considered necessary by the Engineer.

4. Re-Test:

If the results of the tensile or bend test of any lot do not conform to the requirements specified, retests
of two additional specimens from the same section shall be made, each shall conform to the required
specifications. In case of failure of one or both, extensive gousing (scopping out) and repairing shall
be carried out as directed by the Engineer before the lot can be accepted.

vii) The welder / operator shall be held responsible for any failure of the joint. Since factors such as
current, and voltage, quality of electrodes etc. are already determined and controlled, the failure is
due to carelessness and negligence of the welder. For the first failure the welder operator shall be
warned and for the second failure, he shall be removed from the work and replaced by another
suitable operator. The joints or a portion thereof shall be gouged and repaired to the satisfaction of
the Engineer. In order to maintain a good standard in welding, all welders shall be tested before they
are entrusted with any job. They shall be periodically tested at intervals of every six months.

(viii) 1% of field welded joints shall be subjected to Radiographic Tests as per I.S. 4853-1983. The
contractor shall mention the details of tests as per the specification regarding Class-`A', Class-`B'
tests, type of IQI recommended technique for making radiographs, type of industrial X-ray films,
intensifying screen, system of marking etc.

TENDERER Chief General Manager(Engg)


Vol-I - 141 Transmission Circle,Hyderabad
(ix) A complete record shall be maintained by the contractors showing the names of welders and
operators working on each individual joint. The work shall preferably be carried out by a pair of
welders so that by observing proper sequence, distortion can be avoided. A joint entrusted to a
particular individual or pair shall be as far as possible completed by them in all respects, including
the sealing run. No helper or other unauthorized unqualified person shall be permitted to do any
welding work whatsoever. In case of any infringement, the person concerned shall be punished as
directed by the Engineer.

PL.18.6 Internal lining of Joints

After welding of joint and testing of welded joints as per PL.18.5 completed in all respects the
internal lining of the pipeline shall be completed at every joint, using cement mortar 1:2. The
Contractor shall ensure that the surface of the pipe is cleaned and wire brushed to expose a surface
free of all foreign matter. A steel wire fabric 50 mm X 50 mm X 3mm conforming to I.S.S. 1566
shall be fixed to the interior of the pipe joint. He shall then apply approved bonding agent to ensure
adherence of the lining material.

The Contractor shall employ only skilled workmen to complete the internal lining at joints which
shall be finished so thickness and surface finish equal to that specified for the pipes.
No internal lining shall be applied to any welded joint until the welded joint has been successfully
tested as specified above. However internal lining of joints has to be done before taking up the
hydraulic tests.

PL.18.7 Outcoating with guniting of field welded joints

The external face of field welded joint shall be completed at every welded joint using cement mortar
1:3 by volume. The contractor shall ensure that the surface of the pipe is cleaned and wire brushed to
expose a surface free of all foreign matter. The fabric as used for guniting for pipes in factory has to
be provided to the external surface of the field welded joint. The field welded joint shall not be made
good using outcoating until the welded joint has been successfully tested as above. Only skilled
workmen shall complete the external protection which must be equal in quality to that of the pipes.

PL.19 GAS CUTTING

In the course of the work, the contractors may be called upon to cut steel pipes, specials, etc. on site.
Gas cutting shall be adopted for preparing on site, distance pieces, straps etc. cutting out holes in the
pipeline laid for manholes, scour valves, air valves and other appurtenances, holes required for blast
cleaning operation, cutting of pipe faces to form kinks or bends, holes required for bye pass
arrangement.
The rate for gas cutting shall include chamfering for forming `V' or square cut, cost of aligning,
holding in position member etc., and shall cover thickness upto 25 mm.

After cutting, the edges shall be made smooth and even by using electrical or pneumatic grinder so as
to remove all inequalities. Care shall be taken to see that the shape of the material cut is not defaced
in any way at the time of cutting. The ends of the pipe shall have bevel edge or `V' edge to facilitate
hand welding. As field welding is to be carried out from inside in the case of pipes of diameter 900
mm. and above, the bevel shall be from inside. For pipes of smaller diameter, as field welding has to
be done from outside only, the edges of pipe cut shall have bevels to suit the above.

PL.20 FLANGES
Flanges shall be provided at the end of pipes or specials where sluice valves, butterfly valves, blank
flanges, tapers etc. have to be introduced. The contractors shall assemble the flanges in exact
position of the sluice valve, if necessary, so as to get the desired position of the sluice valves etc.
either vertical or horizontal and shall then fully weld the flanges from both sides in such a way that
no part of welding protrudes beyond the face of the flanges. In case welding protrudes beyond the

TENDERER Chief General Manager(Engg)


Vol-I - 142 Transmission Circle,Hyderabad
flanges and if the Engineer orders that such protrusions be removed, the contractors shall either file or
chip them off. If required, and when ordered by the Engineer, the contractor shall provide gusset
stiffeners, welded as directed on site.
PL.21 BLANK FLANGES

Blank flanges shall be provided at all ends left unattended for the temporary closure of work, and also
for commissioning a section of the pipeline or for testing the pipeline laid. For temporary closures,
non pressure blank flanges consisting of mild steel plates, tack welded at the pipe ends may be used.
For pipes subjected to pressures, the blank flanges or Domes suitably designed as per Engineer's
requirements shall be provided. All the above arrangements shall be done at contractor's expense.

PL.22 STIFFENER RINGS

The stiffener rings shall have to be provided wherever directed. The contractor shall weld the same
to the pipes with one circumferential run on each side. The pieces of the rings shall also be welded to
each other as directed.

If the stiffener rings are fixed in position after the pipes are lowered into the trench, the welding and
guniting shall be carried out in the same welding pit excavated for the field joints and, therefore, no
extra payment will be made for the excavation of the pit for welding and guniting.

PL.23 STRAPS

Wherever pipe laying work is done from two faces and/or has to be done in broken stretches due to
any difficulty met with at site, the final connection has to be made by introducing straps to cover gaps
upto 30 cms. length. Straps shall also be provided as per the procedure of fixing Expansion joint.
Such straps shall be fabricated in the field by cutting pipes, slitting them longitudinally and slipping
them over the ends to be connected in the form of a collar. The collar shall be in two halves and shall
have its inside diameter equal to the outside diameter of the pipe to be connected. A minimum lap of
8 cm. on either ends of the pipe shall be kept and fillet welds shall be run both internally and
externally for circumferential joint. In case of pipes 900 mm. dia. and below, internal fillet weld may
not be provided if so permitted by the Engineer. The longitudinal joints of the collar shall be butt-
welded. All fillet welds shall have a throat thickness of not less than 0.7 times the width of weldings.

PL.24 APPURTENANCES

Appurtenances such as sluice valves, air valves, scour valves, control valves, manholes shall be
provided by the contractor. Bulk flow meter will be supplied by the Board from departmental stores
at Peddapur, free of cost. The contractor, however, shall have to make his own arrangements to
transport it to the site of work for fixing. The delivery of bulk flow meter shall be taken by the
contractors on any working day during office hours only and preferably by previous appointment.
The work of fixing appurtenances, i.e. sluice valves, butterfly valves, air valves, scour valves, etc.
shall be carried out carefully so as not to damage them during handling, erection and fixing. The
entire assembly of the appurtenances upto the steel flanges which are to receive the castings shall be
paid for separately and the rate under this item shall be exclusively for supplying, fixing including the
cost of jointing materials such as rubber, packing, bolts and nuts etc., the castings in proper position
and alignment. In the case of bulk flow meter, the rate shall be for fixing only. If the flow meter is
found to be damaged during transit for erection, for any reason whatsoever, the contractor shall be
held responsible and the cost thereof shall be recovered from the contractor. The work shall be
executed in a work-manlike manner under the direction of a competent Foreman/Engineer. If so
directed, rubber packing of 6 mm. thickness (4 ply with cloth insertion) and of approved quality shall
be used.

Throughout erection, the valves shall be supported properly on wooden sleepers, etc. and shall be
converted immediately thereafter as directed. Before the valves are actually fixed, they shall be

TENDERER Chief General Manager(Engg)


Vol-I - 143 Transmission Circle,Hyderabad
cleaned and greased and it should be seen that all the parts are in perfect working condition. In the
case of air valves, the contractors, shall take special care of the dexine joints and the ebonite and/or
vulcanite balls until they are fixed in position. They shall be kept immersed in water in suitable
containers. The payment for supplying, fixing shall be made under relevant item and shall be
inclusive of the rubber packing (four ply 6 mm. thick), white zinc paint and spun yarn etc. where
required.

The rate of supplying and fixing of appurtenances shall include all relevant items including the cost
of transport, loading and unloading, etc. In the case of bulk flow meter, it shall be for fixing, loading
and unloading, etc.

PL.25 CONNECTING THE NEWLY LAID MAIN WITH EXISTING MAINS


The proposed main shall be connected to the mains as shown on the drawing and/or as directed by the
Engineer.

All work for external connection including all outside welding at the above mentioned places and
anchor blocks shall be carried out and provided by the contractors including the work of making
actual connections by cutting and existing pipes at the faces of the connections. The programme of
isolation and dewatering of live main to be cross-connected shall be chalked out in consultation with
Engineer and taking into consideration the convenience of water supply; co-ordination with other
repairs, maintenance or new works to be carried out in that section etc. The contractors shall carry
out the cross-connection work according to the programme thus drawn up.

PL.26 APPLICATION OF ZINC RICH EPOXY PRIMER

The mix of zinc rich epoxy primer shall be prepared 15 minutes before applying on the works site.

One coat of Zinc Rich Epoxy Primer shall be applied by spray, right upto the edge of the pipe giving
a film thickness of approximately 1 mil.
No thinner should be added to the ready mixed paints without the previous approval of the Engineer.
Though the priming coats become dust free & dry in 10-15 minutes, finishing shall only be applied
after allowing the film to cure at least for 48 hours.

PL.27 TRANSPORTING AND HANDLING COATED PIPES, SPECIALS, APPURTENANCES_ETC.

Pipes, specials, valves etc. shall be handled at all times with equipment such as stout wide belt slings
and wide padded skids designed to prevent damage to the coating. Bare cables, chains, hooks, metal
bars or narrow skids shall not be permitted to come in contact with the coating.

In truck shipments, the pipe shall be supported in wide cradles of suitably padded timbers hollowed
out on the supporting surface to fit the curvature of pipe, and all chains, cables, or other equipment
used for fastening the load shall be carefully padded. For smaller diameter pipes, sand or saw-dust
filled bags may be used instead of hollowed out timbers.

The Engineer shall inspect the pipe and pipe protection on trucks at destination, and if the pipe
protection is found damaged, the same shall be repaired to the satisfaction of the Engineer by the
contractor at his cost.

PL.28 HANDLING COATED PIPE IN FIELD OR AT TRENCH

The laying of pipes shall generally conform to I.S. 5822-1994 and IS: 12288-1987 for MS pipes and
DI pipes respectively.
Pipe shall be stored along the trench side suitably supported off the ground to avoid damage to the
coating.

TENDERER Chief General Manager(Engg)


Vol-I - 144 Transmission Circle,Hyderabad
Pipe shall be hoisted from the trench side to the trench by means of wide belt slings. Chains, cables
tongs or other equipment likely to cause damage to the enamel coating will not be permitted, nor do
the dragging or skidding of the pipe. The contractor shall allow inspection of the coating on the
underside of the pipe while it is suspended from the slings. Any damage shall be repaired before the
pipe is lowered into the trench.

At all times during construction of the pipeline, the contractor shall use every precaution to prevent
damage to protective coating on the pipe. No metal tools or heavy objects shall be permitted to come
into contact unnecessarily with the finished coating. Workmen will be permitted to work upon the
coating only when necessary in which case they shall wear shoes with rubber or composition soles
and heels. This rule shall apply to all surfaces. Any damage to the pipe or protective coating from
any cause during the installation of the pipeline shall be repaired, as directed, and at the expense of
the contractor.

PL.29 REFILLING OF TRENCHES

(a) On completion of the pipe laying operations in any section, for a length of about 100 metres and
while further work is still in progress, refilling of trenches shall be started by the contractor with a
view to restrict the length of open trenches. Pipe laying shall follow closely upon the progress of
Trench Excavation and the contractor shall not permit unreasonable excessive lengths of trench
excavation to remain open while awaiting testing of the pipeline.

If the Engineer considers that the contractor is not complying with any of the foregoing requirements,
he may prohibit further trench excavation until he is satisfied with the progress of laying and testing
of pipe and refilling of trenches. Only soft earth and gravel of good quality free from stones greater
than 50 mm. in size free from boulders, roots, vegetable matter etc. shall be utilized after the lumps
are broken. The excavated material nearest to the trench shall be used first. If sufficient quantity of
excavated gravel is not available the trench shall be filled by borrowed gravel or material upto 30
Cms. above top of pipe. Care shall be taken when back filling, not to injure or disturb the pipe or
joints of the outcoating. Filling shall be carried out simultaneously on both the sides of the pipes so
that unequal pressure does not occur. Walking or working on the completed pipeline shall not
permitted unless the trench has been filled to a height of at least 30 cm. over the top of the pipe
expect as may be necessary for tamping etc. during back filling work. Filling in shall be done in
layers not exceeding 10 cm. in thickness accompanied by adequate watering, ramming etc. so as to
obtain good compaction up to 30cm above the top of the pipe. Above this level , excavated earth free
from boulders shall be placed in layers of 160mm, watered and compacted by tamping.. Water
contents of the soil shall be as near as the optimum moisture content as possible. The trench shall be
refilled so as to build up to the original ground level, keeping due allowance for subsequent
settlement likely to take place.

The Engineer, all times, have powers to decide which portion of the excavated material that shall be
used for filling and in which portion of site and in what manner it shall be so used.

The surplus and useful material shall be removed by the contractor to any selected site within a
specified period. The contractor is responsible for selection of the site for disposal of surplus earth.
Separate payment will be made for such removal etc. of the surplus excavated material. However the
cost of the site selected for dumping the surplus earth or any other incidental charges other than that
required for removal of the surplus excavated material will not be paid. If the contractors fail to
remove the earth from site within seven days after the period specified in a written notice, the
Engineer may arrange to carry out such work at the contractor's risk and cost or may impose such fine
for such omission as he may deem it.
(b) Filling in incomplete Works

If the work for which an excavation is made, is not completed before the day fixed by the Engineer
for filling in any excavation on account of any special occasion or ceremony or important festivals

TENDERER Chief General Manager(Engg)


Vol-I - 145 Transmission Circle,Hyderabad
such as Diwali, Moharrum, etc. the contractor shall refill such excavation and consolidate the filling
at his own expense not withstanding the non-completion of the work as aforesaid. In no such case
shall the contractor have any claim for payment of such excavation, in refilling or consolidation nor
for any such incomplete work, but on the other hand, the contractor shall bear the cost of road repairs
in respect of such excavation at such time, together with the cost of such procedure as may be
adopted by the Engineer.

(c) Subsidence in filling


Should any subsidence take place either in the filling of the trenches or near about it during the
maintenance period of first 24 months from the completion of the work, the contractor shall make
good the same at their own cost, or the Engineer, may without notice to the contractor, make good the
same in any way and with any material that he may think proper, at the expense of the contractor.
The Engineer may also, employ persons for making good the same, and the expenses on this account
shall be charged to the contractor.
(d) Bedding for Pipes
Class-S bedding and surround shall be provided with granular material i.e. gravel as indicated in the
drawing.
PL.30 INTERNAL CLEANING OF PIPELINE
When a section of pipeline has been laid and all the work inside it, has been completed to the
satisfaction of the Engineer, its internal surface shall be cleared of all dirt, debris, dust or other
deposit.
Cleaning shall be done to the satisfaction of the Engineer. The section of the pipeline once cleaned
to the satisfaction of the Engineer shall not be entered into for any purpose later. Sufficient
precaution shall be taken to prevent the ingress of any dirt, debris etc. just inside the section. Failing
this, the section shall be cleaned again at the discretion of the Engineer.
No separate payment will be made for the work of cleaning. The percentage rates/item rates quoted
for laying the pipes etc. shall include the cost thereof.

In the case of above-ground pipeline, the length of the section to be taken up for cleaning shall be
decided in consultation with the Engineer from the point of view of ventilation etc.

In case of buried pipeline a section shall be taken up for cleaning after the work of back filling around
and over the pipeline is completed and the spiders, etc. have been removed from inside.
During the pipe laying operations in the adjoining sections, the contractor shall take all precautions to
prevent ingress of water, muck, debris, dirt, dust, etc. in the cleaned section, failing which the section
shall be cleaned again at the discretion of the Engineer. Where deemed necessary by the Engineer,
suitable closures shall be provided at the open end or the ends of the cleaned sections.
At the end of a day's work, closure shall invariably be provided at all the open ends to protect the
pipeline from ingress of sub-soil water, mud, muck, etc.

PL.31 FIELD TESTING OF MS PIPELINE INCLUDING MS PIPES AND SPECIALS and DI PIPELINE

a) MS PIPELINE
After the work of laying of pipeline is completed and before putting into commission, the 500mm.
dia internal dia. MS Pipelines shall be hydraulically tested in the field as per Clause 11.2 of IS:5822-
1994 as and when directed by the Engineer for a pressure of 15 Kg/Sqcm. The procedure for the test
shall be as follows.
Preliminaries
For purpose of pressure testing, the pipeline shall be divided into sections as defined by the Engineer.

Each valved section of the pipeline shall be subjected to a hydraulic test in full length or in part as
may be found necessary. For this test, the pipe shall be slowly filled with clean water as directed and
all air shall be expelled from the pipeline through hydrants, air valves and blow offs fixed on the
pipeline. Once the pipeline is full the pressure in the line should then be raised and built up and
maintained by means of suitable approved pumps, to the specified test pressure based on the

TENDERER Chief General Manager(Engg)


Vol-I - 146 Transmission Circle,Hyderabad
elevation of the lowest point on the line or section under test. The test pressure shall be maintained
for one hour. If a drop in pressure occurs, the quantity of water added in order to re-establish the
pressure should be carefully measured and this should not exceed 0.1 litre per m of pipe dia per Km
of pipeline per day for each 30 m of head applied.

The leaking joints noticed during testing shall be repaired. The repaired joint shall be subjected to a
re-test. No section shall be accepted unless it is retested satisfactorily. The contractors shall make all
arrangements for all labour, pumps, pressure gauges, equipment etc. No main valves or cross
connection either on the new or the existing main shall be operated by the contractor, and only the
Engineer's Representative shall operate the same. The contractor shall arrange for labour required for
operating the air valves, etc.

b) DI PIPELINE
After the work of laying of pipe line is completed and before putting into commission, the DI
pipeline shall be hydraulically tested in the field for a test pressure of 10 Kg/Cm². The procedure for
the test shall be as follows:
Preliminaries:

The field testing of DI pipeline shall be carried out as per Clause 8 of IS: 12288 – 1987.

For purpose of pressure testing, the pipe line shall be divided into sections as defined by the
Engineer.

Each valved section of the pipe line shall be subjected to a hydraulic test in full length or in part as
may be found necessary. For this test, the pipe shall be slowly filled with clean water as directed and
all air shall be expelled from the pipe line through hydrants, as valves and blow off fixed on the pipe
line. Once the pipe line is fill the pressure in the line should then be raised and built up and
maintained by means of suitable approved pumps, to the specified test pressure based on the
elevation of the lowest point on the line or section under test. The test pressure shall be maintained
for one hour.

The leaking joints noticed during testing shall be repaired. The repaired joint shall be subjected to a
re-test. No section shall be accepted unless it is put in a perfectly water tight condition and retested
satisfactorily. The contractors shall make all arrangements for all labours, pumps, pressure gauges,
equipment etc. No main valves or cross connections either on the new or the existing main shall be
operated by the contractor, and only the Engineer's representative shall operate the same. The
contractor shall arrange for labour required for operating the air valves etc.
PL.32 Defect Liability Period

The entire MS Pipeline along with the appurtenances shall be under satisfactory performance for a
period of 24 months of the date of commissioning the pipeline or 30 months from the date of
completion which ever is earlier.

PL.33 Inspection openings

MS stem using 12mm thick MS plates of I.S.2062 with barrelsize of 600 mm. inner dia. after inlining
with flanges using 32mm. thick MS plate and provided with 32mm thick MS dummy plate shall be
fixed in the line as directed by the Engineer.

PL.34 Chambers

RCC chambers with M30 grade concrete for housing Butterfly Valves, Gate Valves and Air Valves
shall be constructed as per specification drawings and to relevant A.P. Standard Specifications of
Civil Works.

TENDERER Chief General Manager(Engg)


Vol-I - 147 Transmission Circle,Hyderabad
PL.35 METHODS OF MEASUREMENTS

PL.35.1 For manufacture, supply and delivery of pipes, measurement shall be taken for actual number of
pipes multiplied by the standard length.

PL.35.2 Specials like tees , bends, tapers, manholes shall be measured per piece/ set including or excluding
valves as provided in the Bill of quantities..

PL.35.3 Laying and jointing of pipes and specials and valves will be measured in linear metres along the
centre line of the pipes actually laid jointed and tested and will be limited to the number of pipes X
standard length + length of all specials and valves.

PL.35.4 Anchor blocks, thrust blocks, pedestals and any other concrete structures shall be measured
volumetrically (Cum)

PL.35.5 For carting and recarting of earth, the quantity of earth to be taken into account shall be as per the
quantity in its natural state and not loose quantity as per lorry trips.

PL.36 PIPELINE DISINFECTION

PL.36.1 The internal surfaces of all pipelines and pipe work including all equipment incorporated in a pipeline
or pipe work through which water will pass shall be disinfected after they have been cleansed to the
satisfaction of the General Manager(E).

PL.36.2 Disinfection shall be effected by filling the pipeline with water dosed with chlorine, and shall be
carried out when filling the pipeline with water for carrying out the hydraulic Test on Completion.
Alternative methods may be adopted with the approval of the General Manager(E).

PL.36.3 The concentration and method of the chlorine dosing shall be such as to make available 20 mg/l of
free chlorine throughout the pipeline.

PL.36.4 The water shall stand in the pipeline for a minimum period of 24 hours and all valves in the system
shall be operated twice during this period.

PL.36.5 Following completion of the hydraulic test and final connection at either end of the pipeline, the
Contractor is to refill any empty sections with water having 20 mg/l of free chlorine and leave this
water in the pipeline.

PL.36.6 When having to dispose of any chlorinated water, the contractor shall have a method by which the
chlorine can be neutralized by the use of sodium thiosulphite prior to disposal. The contractor shall
obtain the General Manager’s(E) approval for any such method of disposal.
PL.37 CONSTRUCTION OF CLASS-S BED AND SURROUND
PL.37.1 Class-S pipe bed and surround shall be constructed as indicated on the Drawings.

PL.37.2 The granular material shall be evenly spread over the full width of the formation and lightly hand
compacted to a level slightly higher than the level corresponding to the underside of the pipe barrel to
allow for settlement of the pipe to the correct level.

PL.37.3 Following placement and jointing of the pipe further granular material shall be placed in the trench,
special care being taken to fill under the sides of the pipes to ensure full contact with the barrel of the
pipe.

PL.37.4Not used.

TENDERER Chief General Manager(Engg)


Vol-I - 148 Transmission Circle,Hyderabad
PL.37.5 Trench supports shall be withdrawn gradually in accordance with the progress of the fill with the
provision that such withdrawal shall not prejudice the safety of the works.

PL.37.6 The contractor shall ensure that the material to the sides of the pipe is adequately compacted in layers
having a maximum thickness of 200 mm and that the method of compaction used shall achieve not
less than 95% of the maximum dry density as determined from IS: 2720: Part-7.

PL.37.7 After each section of the pipeline has passed the hydraulic test, the holes left at exposed joints shall
be backfilled and compacted to the above specification.

PL.38 PIPELINE AND CHAMBER MARKERS

PL.38.1 Pipeline marker posts shall be installed at 100 m intervals along the straight lengths of pipe and at all
changes of horizontal alignment. Marker posts shall be positioned as close as possible to a 2 m offset
from the pipe centre line and shall be fixed into the ground with Grade 20 N/mm 2 concrete as detailed
in the Drawings.

PL.38.2 Marker posts shall be of precast concrete to the dimensions shown in the Drawings. They shall be
constructed of Grade 30 N/mm2 concrete with 20 mm nominal size aggregate and be reinforced with
4 Nr 10 mm diameter high yield steel reinforcing bars tied to give 30 mm cover to each face.

PL.38.3Marker plates shall be detailed in the Drawings. The reference information to be engraved in by each
plate shall be detailed in the Drawings.

PL.38.4 Engraved galvanized marker plates shall be installed on the cover slab of all air valve, washout and
line valve chambers. The plates shall be fixed by means of 4 No. 19 mm dia expanding bolts.

TENDERER Chief General Manager(Engg)


Vol-I - 149 Transmission Circle,Hyderabad
DECLARATION.
(On their Letter Head)

To, dt: _________


The Chief General Manger (E),
Transmission Circle, HMWSSB,
Khairatabad,Hyderabad -500004
Telangana State.

Name of the Work: Manning and Operation and Maintenance for arresting leakages with requisite
materials and appurtenances at different locations on 1200mm dia transmission lines of Phase-III &
IV from Singapur to Lingampally and 1200mm dia from Singapur to Khanpur under Singapur
Section, Sub-division [Link], Transmission Division-II, Patancheru for the period of ONE Year

Ref: e-Tender Notice EP No. 57/CGM(E)/TC/T1/MoM-TD-II/2024-25, dated: 23 -10-2024

I/We hereby declare that I/We read the specifications and all the relevant IS Standards and
all requirements of the work and that I/We have myself/ ourselves are thoroughly satisfied about the quality,
availability and transport facilities for all materials and labour required for the work on which I/We have based
my/our rates for the work. The Specifications, plans and conditions of contract have been received by me/us
before submitting the tender.

I/We am/are prepared to furnish detailed data in support of all my/our rates quoted, if and
when called upon to do so without any reservations within (3) days from the date of receipt of communication.

Also I/We hereby submit that I/We Complete the said MoM work during the maintenance period,
as per the tender conditions otherwise action may be taken on me/us as per TGDSS codal rules.

Signature of the Tenderer

TENDERER Chief General Manager(Engg)


Vol-I - 150 Transmission Circle,Hyderabad
SECTION-VII – SPECIFICATION DRAWINGS
LIST OF SPECIFICATION DRAWINGS

Note: The Contractor as well as the Officer entering into the Contract shall sign all drawings.

Drawing No. Title of Drawing

Manning and Operation and Maintenance for arresting of heavy leakages with requisite materials
for gravity mains of 1200mm dia Transmission lines of Phase-III and Phase-IV from Singapur to
Lingampally and from Singapur to khanapur under Singapur Section,SD-III,Patancheru,
O&MDivision [Link], Patancheru for a period of ONE Year

01
02
03
04
05
06
07
08
09
10
11
12
13
14
15

Total number of Specification Drawings : _________ (____) No.

Name :
Signature :
Dated :
Designation :
(Seal)

TENDERER Chief General Manager(Engg)


Vol-I - 151 Transmission Circle,Hyderabad

You might also like