5b726dbf383ab27.EPC Tender Document For Continous Water Supply - 10082018 - R4 PDF
5b726dbf383ab27.EPC Tender Document For Continous Water Supply - 10082018 - R4 PDF
5b726dbf383ab27.EPC Tender Document For Continous Water Supply - 10082018 - R4 PDF
Issued by:
The last date for online submission of bids is 04-09-2018 up to 16.00 hrs.
Website:
https://tender.apeprocurement.gov.in
E-mail : tsccltirupati@gmail.com
cc : Rajendra.Raut@aecom.com
Sd/-
Managing Director
Tirupati Smart City Corporation Limited
Tirupati
DISCLAIMER
The information contained in this Tender document (the “Tender”) or subsequently provided to
Bidder(s), whether verbally or in documentary or any other form by or on behalf of the
Employer or any of their employees or advisors, is provided to Bidder(s) on the terms an d
conditions set out in this Tender and such other terms and conditions subject to which such
information is provided.
This Tender is not an agreement and is neither an offer nor invitation by the Employer to the
prospective Bidders or any other person. The purpose of this Tender is to provide interested
entities with information that may be useful to them in preparing their bids (the “Bid”) including
all the necessary submissions and the financial offers pursuant to this Tender. This Tender
includes statements, which reflect various assumptions and assessments arrived at by the
Employer in relation to the Project. Such assumptions, assessments and statements do not
purport to contain all the information that each Bidder may require. This Tender may not be
appropriate for all persons, and it is not possible for the Employer, its employees or advisors to
consider the investment objectives, financial situation and particular needs of each party who
reads or uses this Tender. The assumptions, assessments, statements and information contained
in this Tender may not be complete, accurate, adequate or correct. Each Bidder should,
therefore, conduct its own investigations and analysis and should check the accuracy, adequacy,
correctness, reliability and completeness of the assumptions, assessments, statements and
information contained in this Tender and obtain independent advice from appropriate sources.
Information provided in this Tender to the Bidder(s) is on a wide range of matters, some of
which depends upon interpretation of law. The information given is not an exhaustive account of
statutory requirements and should not be regarded as a complete or authoritative statement of
law. The Employer accepts no responsibility for the accuracy or otherwise for any interpr etation
or opinion on law expressed herein.
The Employer, its employees and advisors make no representation or warranty and shall have
no liability to any person, including any Bidder under any law, statute, rules or regulations or
tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or
expense which may arise from or be incurred or suffered on account of anything contained in
this Tender or otherwise, including the accuracy, adequacy, correctness, completeness or
reliability of the Tender and any assessment, assumption, statement or information contained
therein or deemed to form part of this Tender or arising in any way during the Bidding Process.
The Employer also accepts no liability of any nature whether resultin g from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements contained
in this Tender. The Employer may in its absolute discretion, but without being under any
obligation to do so, update, amend or supplement the information, assessment or assumptions
contained in this Tender. The issue of this Tender does not imply that the Employer is bound to
select a Bidder or to appoint the Selected Bidder for the Project and the Employer reserves the
right to reject all or any of the Bidders or Bids without assigning any reason whatsoever. The
Bidder shall bear all its costs associated with or relating to the preparation and submission of its
Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the Employer or any other
costs incurred in connection with or relating to its Bid. All such costs and expenses will remain
with the Bidder and the Employer shall not be liable in any manner whatsoever for the same or
for any other costs or other expenses incurred by a Bidder in preparation or submission of the
Bid, regardless of the conduct or outcome of the Bidding Process.
THIS PAGE HAS BEEN LEFT BLANK INTENTIONALLY
Table of Contents
Volume 1: Tender Procedures............................................................................................................................. 11
Section I: Instruction to Tenderers .................................................................................................................... 12
A. NOTICE INVITING TENDERS ...................................................................................................................... 13
B. GENERAL ....................................................................................................................................................... 74
1. Description of the works : “As per Notice Inviting Tenders” ..............................................................74
2. Source of Funds: .........................................................................................................................................74
3. The Eligibility criteria and Qualification requirements:.......................................................................74
4. Cost of Tendering: ......................................................................................................................................78
5. Site Visit .......................................................................................................................................................79
6. Content of tendering documents..............................................................................................................79
7. Clarification of tender documents (Not used)........................................................................................79
8. Amendments to tender document ...........................................................................................................79
9. Language of the documents ......................................................................................................................79
10. Documents comprising the tender ..................................................................................................80
11. Tender prices ......................................................................................................................................80
12. Tender validity ...................................................................................................................................81
13. Earnest money deposit, its forfeiture and penal action ...............................................................82
14. No Variations in tendering conditions ............................................................................................83
15. Pre-tender meeting ............................................................................................................................83
16. Format and signing of tenders .........................................................................................................83
17. Submission of tenders .......................................................................................................................84
18. Tender opening ..................................................................................................................................85
19. Process to be confidential .................................................................................................................85
20. Clarification of tenders ......................................................................................................................85
21. Tender liable for rejection ................................................................................................................85
22. Correction of errors ...........................................................................................................................86
23. Evaluation and comparison of tenders ...........................................................................................86
24. Award criteria.....................................................................................................................................87
25. Department’s right to accept any tender and to reject any or all tenders.................................87
26. Notification of award. ........................................................................................................................87
27. Performance guarantee.....................................................................................................................87
28. Signing of agreement .........................................................................................................................88
Section 2: Conditions of Contract ....................................................................................................................... 89
A. GENERAL ....................................................................................................................................................... 90
B. TIME FOR COMPLETION ...........................................................................................................................103
C. QUALITY CONTROL....................................................................................................................................110
D. COST CONTROL...........................................................................................................................................112
E. FINISHING THE CONTRACT......................................................................................................................123
Section 3: Special Conditions.............................................................................................................................128
SECTION - 3: SPECIAL CONDITIONS.................................................................................................................129
Volume 2: Technical Bid .....................................................................................................................................163
Section - 4: Setting out of Works, Design criteria, Obligatory Requirements and Specifications...164
Section - 5: Materials, Plant and Machinery ..................................................................................................248
Section - 6: Supplementary Specifications .....................................................................................................255
Section - 7: List of Approved Makes.................................................................................................................257
Section - 8: Additional Specifications..............................................................................................................260
PART 1 – GENERAL SPECIFICATIONS ...............................................................................................................262
1. GENERAL .........................................................................................................................................................262
2. INTERPRETATIONS ......................................................................................................................................262
3. DEFINITIONS ..................................................................................................................................................263
4. FOUNDATION AND PLINTH........................................................................................................................264
5. MEASUREMENTS ...........................................................................................................................................264
6. MATERIALS.....................................................................................................................................................265
7. SAMPLES AND TESTS OF MATERIALS......................................................................................................266
8. SAFETY IN CONSTRUCTION........................................................................................................................267
9. ABBREVIATIONS ...........................................................................................................................................268
PART 2 - GENERAL (MATERIAL) SPECIFICATIONS.......................................................................................269
1.1 GENERAL .....................................................................................................................................................269
1.2 SOURCES OF MATERIAL............................................................................................................................269
1.3 BRICKS .........................................................................................................................................................269
1.4 STONES ........................................................................................................................................................270
1.5 CAST IRON...................................................................................................................................................270
1.6 CEMENT .......................................................................................................................................................270
1.7 COARSE AGGREGATES...............................................................................................................................271
1.8 SAND/FINE AGGREGATES ........................................................................................................................272
IS Sieve Size...........................................................................................................................................................272
1.9 STEEL ...........................................................................................................................................................273
1.9.1 Cast Steel...................................................................................................................................................273
1.9.2 Reinforcement/ Untensioned Steel ...............................................................................................273
1.9.3 Grey Iron Castings ............................................................................................................................274
1.9.4 Steel Forgings....................................................................................................................................275
1.9.5 Structural Steel .................................................................................................................................275
1.9.6 Stainless Steel ...................................................................................................................................275
1.9.7 WATER...............................................................................................................................................276
1.9.8 TIMBER..............................................................................................................................................277
1.9.9 CONCRETE ADMIXTURES...............................................................................................................277
1.9.10 General ...............................................................................................................................................277
1.9.11 Physical and Chemical Requirements ...........................................................................................277
1.10 STORAGE OF MATERIALS...............................................................................................................278
1.10.1 General ...............................................................................................................................................278
1.10.2 Brick ...................................................................................................................................................279
1.10.3 Aggregates .........................................................................................................................................279
1.10.4 Cement ...............................................................................................................................................279
1.10.5 Reinforcement/Untensioned Steel ................................................................................................280
1.10.6 Prestressing Materials .....................................................................................................................280
1.10.7 Water..................................................................................................................................................281
1.11 TESTS AND STANDARD OF ACCEPTANCE...................................................................................281
1.11.1 Testing and Approval of Material ..................................................................................................282
1.11.2 Sampling of Materials ......................................................................................................................282
1.11.3 Rejection of Materials not conforming to the Specifications .....................................................282
1.11.4 Testing and Approval of Plant and Equipment............................................................................283
1.12 STEEL REINFORCEMENT................................................................................................................283
1.12.1 Description........................................................................................................................................283
1.12.2 General ...............................................................................................................................................283
1.12.3 Protection of Reinforcement ..........................................................................................................283
1.12.4 Bending of Reinforcement ..............................................................................................................284
1.12.5 Placing of Reinforcement................................................................................................................284
1.13 BAR SPLICES .....................................................................................................................................285
1.13.1 Lapping ..............................................................................................................................................285
1.13.2 Welding..............................................................................................................................................286
1.13.3 Mechanical Coupling of Bars ..........................................................................................................287
1.14 TESTING AND ACCEPTANCE..........................................................................................................288
1.14.1 MEASUREMENTS FOR PAYMENT..................................................................................................288
1.14.2 RATE...................................................................................................................................................288
PART A – WATER PIPE LINE SPECIFICATIONS ..............................................................................................289
1.1 REFERENCES AND STANDARDS ........................................................................................................289
1.2 DUCTILE IRON (DI) PIPES ..................................................................................................................290
1.2.1 Manufacture of pipe ............................................................................................................................290
1.2.2 Reference and standards ...................................................................................................................291
1.2.3 Materials.................................................................................................................................................291
1.2.4 Dimensions and Tolerances ..............................................................................................................291
1.2.5 Testing of pipes at manufacturing unit ..........................................................................................292
1.2.6 Marking...................................................................................................................................................293
1.2.7 Trenching ...............................................................................................................................................293
1.2.8 Bedding...................................................................................................................................................293
1.2.9 Laying of the pipe.................................................................................................................................293
1.2.10 Jointing of pipes....................................................................................................................................294
1.2.11 Gaskets for Flanges..............................................................................................................................294
1.2.12 Flanged joints........................................................................................................................................294
1.3 HIGH DENSITY POLYETHYLENE PIPES (HDPE) Pipes.................................................................295
1.3.1 GENERAL:................................................................................................................................................295
1.3.2 APPLICABLE CODES .............................................................................................................................295
1.3.3 DESIGNATION........................................................................................................................................296
1.3.4 RAW MATERIAL....................................................................................................................................296
1.3.5 ANTI-OXIDANT......................................................................................................................................297
1.3.6 REWORKED MATERIAL.......................................................................................................................298
1.3.7 EFFECT OF NATURE OF SOIL ON PIPE PERFORMANCE...............................................................298
1.3.8 MAXIMUM OVALITY OF PIPE.............................................................................................................298
1.3.9 WALL THICKNESS .................................................................................................................................298
1.3.10 LENGTH OF STRAIGHT PIPE ..............................................................................................................298
1.3.11 COILING...................................................................................................................................................298
1.3.12 WORKMANSHIP / APPEARANCE ......................................................................................................299
1.3.13 PHYSICAL, MECHANICAL, THERMAL AND OTHER PROPERTIES OF HDPE PIPES................299
1.3.14 MARKING OF PIPES ..............................................................................................................................299
1.3.15 HANDLING, TRANSPORTATION STORAGE AND LOWERING OF PIPES...................................299
1.3.15.1 Handling.........................................................................................................................................300
1.3.15.2 Transportation .............................................................................................................................300
1.3.15.3 Storage............................................................................................................................................300
1.3.16 LOWERING, LAYING OF PIPES ...........................................................................................................301
1.3.17 JOINTING OF PIPES...............................................................................................................................302
1.3.18 BEDDING, BACKFILLING AND COMPACTION.................................................................................303
1.3.18.1 BEDDING.........................................................................................................................................303
1.3.18.2 BACK FILLING................................................................................................................................303
1.3.18.3 COMPACTION ................................................................................................................................304
1.3.19 FITTINGS & SPECIALS..........................................................................................................................304
1.3.19.1 BENDS..............................................................................................................................................304
1.3.19.2 TEES.................................................................................................................................................304
1.3.19.3 REDUCERS ......................................................................................................................................304
1.3.19.4 FLANGED HDPE PIPE ENDS........................................................................................................304
1.3.19.5 SLIP-ON FLANGES.........................................................................................................................304
1.3.20 WELDING PROCEDURE........................................................................................................................305
1.3.21 TESTS TO ESTABLISH POTABILITY OF WATER............................................................................305
1.3.22 HYDRAULIC TESTING ..........................................................................................................................305
1.3.23 MEASUREMENT.....................................................................................................................................306
1.3.24 RATE ........................................................................................................................................................306
1.3.25 JOINTING MATERIAL: DETACHABLE JOINTS.................................................................................306
1.3.25.1 PUSHON JOINTS ............................................................................................................................306
1.3.25.2 MECHANICAL JOINTS...................................................................................................................306
1.3.26 FLANGED JOINTS...................................................................................................................................307
1.4 MS Pipelines, Appurtenances, Specials etc.,..................................................................................307
1.4.1 SCOPE.......................................................................................................................................................307
1.4.2 APPLICABLE CODES & SPECIFICATIONS.........................................................................................307
1.4.3 MATERIALS ............................................................................................................................................310
1.4.4 INSPECTION ...........................................................................................................................................310
1.4.5 FABRICATION OF PIPE ........................................................................................................................311
1.4.5.1 General............................................................................................................................................311
1.4.5.2 Permissible Stress .......................................................................................................................311
1.4.6 FABRICATION........................................................................................................................................312
1.4.7 CUTTING OF COILS OR FROM COIL ROLLED AS PER REQUIRED SIZES...................................313
1.4.8 ROLLING OF COILS................................................................................................................................313
1.4.9 WELDING ................................................................................................................................................313
1.4.10 ULTRASONIC & RADIOGRAPHIC TEST OF WELDED JOINTS......................................................315
1.4.10.1 Manufactured In Site Factory/Workshop .............................................................................315
1.4.11 FIELD WELDED JOINTS .......................................................................................................................316
1.4.12 RADIOGRAPHIC INSPECTION ............................................................................................................317
1.4.12.1 General............................................................................................................................................317
1.4.13 THERMAL STRESS RELEIVING...........................................................................................................318
1.4.14 TOLERANCE............................................................................................................................................318
1.4.15 SHOP TESTING.......................................................................................................................................318
1.4.16 FIELD HYDRAULIC TESTING..............................................................................................................319
1.4.16.1 Testing Of Site Welded Joints....................................................................................................320
1.4.17 SUBMISSION OF DAILY PROGRESS REPORT..................................................................................320
1.4.18 TRANSPORTING OF PIPES, SPECIALS etc. ......................................................................................320
1.4.19 PROCEDURE FOR RECEIVING STEEL PIPES ...................................................................................322
1.4.19.1 General............................................................................................................................................322
1.4.19.2 Stacking of Pipes, etc. and Inspection ....................................................................................322
1.4.19.3 Handling of Pipes, Special Appurtenances etc. ....................................................................322
1.4.19.4 Dents................................................................................................................................................323
1.4.19.5 Marking...........................................................................................................................................323
1.4.20 LAYING OF PIPELINE ...........................................................................................................................324
1.4.20.1 General............................................................................................................................................324
1.4.20.2 Welding...........................................................................................................................................324
1.4.20.3 Temperature.................................................................................................................................324
1.4.20.4 Saddle supports............................................................................................................................325
1.4.20.5 Erection of Shells..........................................................................................................................325
1.4.21 General Sequence of Operations ......................................................................................................326
1.4.22 Fixing Expansion Joint ........................................................................................................................327
1.4.22.1 Case when `Y' plus `Z' is more than `X' or equal to `X' (i.e. fixing of expansion joint
without strip).........................................................................................................................................................328
1.4.22.2 Case when `Y' plus `Z' is less than `X' (i.e. fixing of expansion joints with strap) .......328
1.4.22.3 Observations .................................................................................................................................329
1.4.23 Specials ...................................................................................................................................................330
1.4.23.1 General............................................................................................................................................330
1.4.23.2 Bends...............................................................................................................................................330
1.4.23.3 Manholes........................................................................................................................................330
1.4.23.4 Closing or Make up sections......................................................................................................330
1.4.23.5 Heads...............................................................................................................................................331
1.4.23.6 Walkways, Stairs, Ladders, Hand Rails etc............................................................................331
1.4.23.7 Flanges............................................................................................................................................331
1.4.23.8 Blank Flanges................................................................................................................................331
1.4.23.9 Stiffener Rings...............................................................................................................................332
1.4.24 Field Hydraulic Test ............................................................................................................................332
1.4.25 Progress in Laying................................................................................................................................332
1.4.26 Field Destruction Test.........................................................................................................................333
1.5 PROPERTY CONNECTION ...................................................................................................................333
1.6 PIPELINE GENERAL..............................................................................................................................333
1.7 Valves: General .....................................................................................................................................337
1.8 Sluice valves...........................................................................................................................................337
1.8.1 Material of Construction ....................................................................................................................338
1.9 Butterfly valves.....................................................................................................................................338
1.9.1 Material of Construction ....................................................................................................................339
1.10 Kinetic Air Valve...................................................................................................................................339
1.11 Dismantling Joints................................................................................................................................340
1.12 Ball Valves..............................................................................................................................................340
1.13 PRESSURE REDUCING VALVES ..........................................................................................................341
1.13.1 Material of Construction ....................................................................................................................342
1.14 Flow Control Valves.............................................................................................................................342
1.14.1 Material of Construction: ...................................................................................................................344
1.15 House Connection ................................................................................................................................344
1.16 Valve Chambers ....................................................................................................................................344
PART B - GENERAL MECHANICAL REQUIREMENTS .....................................................................................345
1.1. INTRODUCTION..........................................................................................................................................345
1.2. CODES AND STANDARDS..........................................................................................................................345
1.3. FEATURES OF CONSTRUCTION ...............................................................................................................345
1.3.1.IMPELLER....................................................................................................................................................345
1.3.2.CASING RING...............................................................................................................................................346
1.3.3.IMPELLER RING..........................................................................................................................................346
1.3.4.SHAFT...........................................................................................................................................................346
1.3.5.SHAFT SLEEVES..........................................................................................................................................346
1.3.6.STUFFING BOXES........................................................................................................................................346
1.3.7.AIR RELEASE VALVES................................................................................................................................346
1.3.8.SEALING.......................................................................................................................................................347
1.3.9.FLANGES ......................................................................................................................................................347
1.3.10. BEARINGS.........................................................................................................................................347
1.3.11. BASE PLATE.....................................................................................................................................347
1.3.12. ACCESSORIES...................................................................................................................................348
1.4. TECHNICAL PARTICULARS.......................................................................................................................348
1.4.1.MATERIAL OF CONSTRUCTION ...............................................................................................................348
1.4.2.Drive Data ....................................................................................................................................................348
1.5. Documents required from pump supplier during detailed engineering stage .................................349
1.6. Accessories and scope of supply ..............................................................................................................349
1.7. Pump Performance Guarantees ...............................................................................................................350
PART C – ROAD RESTORATION .........................................................................................................................353
PART D – BUILDINGS/CIVIL................................................................................................................................355
Volume 3: Financial Bid ......................................................................................................................................356
Section - 9: Financial Forms...............................................................................................................................357
Volume 4: Bidder Model Forms ........................................................................................................................369
Section - 10: Bidding Forms ...............................................................................................................................371
DATA SHEET –1 ................................................................................................................................................372
DATA SHEET –2 ................................................................................................................................................373
DATA SHEET –3 ................................................................................................................................................374
DATA SHEET –4 ................................................................................................................................................375
DATA SHEET –5 ................................................................................................................................................375
DATA SHEET –6 ................................................................................................................................................377
Proposed Deployment of Key Personnel.......................................................................................................377
DATA SHEET –7 ................................................................................................................................................378
DATA SHEET –8 ................................................................................................................................................379
Proposed Sub-contractors ...............................................................................................................................379
DATA SHEET –10 ..............................................................................................................................................380
DATA SHEET –11 ..............................................................................................................................................381
DECLARATION ..................................................................................................................................................384
LETTER OF TENDER.........................................................................................................................................385
BIDDER INFORMATION FORM .......................................................................................................................391
Form of Bid-Securing Declaration..................................................................................................................392
Section XI: Bid Statement....................................................................................................................................393
Section XII: Format of Securities.......................................................................................................................404
PROFORMA........................................................................................................................................................408
Section XIII: Annexures.......................................................................................................................................411
Volume 5: Drawings .............................................................................................................................................417
Volume 6: Bill of Quantities ...............................................................................................................................443
Bill of Quantities (BoQ).......................................................................................................................................444
THIS PAGE HAS BEEN LEFT BLANK INTENTIONALLY
Volume 1: Tender Procedures
Section I: Instruction to Tenderers
“Water Supply Distribution Network Improvements for NRW Reduction and Continuous
Water Supply in ABD Area and Performance based Operation and Maintenance for 7
years including Defect Liability Period [DLP] of 2 years under implementation of Smart
City Mission in Tirupati”.
Managing Director, Tirupati Smart City Corporation Limited invites bids from eligible bidders
for the above work under Engineering, Procurement, and Construction (EPC) system.
a) Scope of Work: The scope of work includes Investigation, Survey, Design, Construction,
Testing, Commissioning and Operation and Maintenance of Continuous
Water Supply scheme in ABD area with Improvement in Distribution
network by reduction in NRW, provision of house service connections
7 years of Operation and Maintenance including 2 years of Defect
Liability Period [DLP] under Smart City Mission
Sl. Indicative
Description of the Component Unit
No. Quantity
Investigation, Survey, Design, Construction, Testing, Commissioning and Operation and
Maintenance of Continuous Water Supply scheme in ABD area with Improvement in Distribution
network by reduction in NRW, provision of house service connections 7 years of Operation and
Maintenance including 2 years of Defect Liability Period [DLP] under Smart City Mission
Schedule – A Part – A
Note: 1. Quantities indicated in the Table above are indicative and need to be confirmed by
Contractor through a Systematic Investment Plan [SIP].
2. All components of implementation of SIP are to be understood including
commissioning and duly approved by Engineer-In-Charge.
3. These are minimum quantities which need to be provided by the contractor.
The interested bidders may download the tender schedules documents from the e-procurement
website www.tender.apeprocurement.gov.in from 13/08/2018. The field data can be had from
the office of the Managing Director, Tirupati Smart City Corporation Limited, C/o. Tirupati
Municipal Corporation, 13-29-M9-1-00, Tilak Road, East Tirupati, Chittoor District, Andhra
Pradesh. Pin Code: 517501 on any working day before bid submission closing date i.e., 16:00 hrs
of 04/09/2018.
TENDER DETAILS
AMOUNT DETAILS
Bid Processing Fee (INR) Not Applicable
Bid Processing Fee
Not Applicable
Payable To
Sales Tax (%) Not Applicable
Bid Validity Period 180 (One Hundred and Eighty) Days from the date of tender notice
Price Bid Opening Date
Will be notified later
(Financial Bid Stage)
OTHER DETAILS
The Managing Director,
Officer Inviting Bids
Tirupati Smart City Corporation Limited (TSCCL), Tirupati.
Managing Director,
Bid Opening Authority
Tirupati Smart City Corporation Limited (TSCCL), Tirupati.
Attention: The Managing Director
Tirupati Smart City Corporation Limited (TSCCL),
Tirupati Municipal Corporation,
13-29-M9-1-00, Tilak Road,
East Tirupati, Chittoor District,
Department Address for
Andhra Pradesh. Pin Code : 517501.
Submission of
Documents
For online Submission :
www.tender.apeprocurement.gov.in
Registration The bids are limited to those individuals, firms, companies, who meet the
following qualification and the eligibility requirements.
Work Execution Period – 18 months (including Monsoon period)
O&M (excluding power charges) period -7 years with including Defect liability
period of 2 years.
Financial Requirement
1. The bidder as a prime contractor should have Satisfactorily Completed
Similar Nature of Works of value not less than Rs. 9,39,00,000/- (Rupees
Nine Crore Thirty Nine Lakh only) in any one financial year during last
Ten (10) financial years (i.e. 1-4-2008 to 31-3-2018) as per G.O. Ms. No.
372 MA&UD, Dated: 28-09-2012. The value will be update by giving 10%
2. The bidder’s average networth for the last 3 financial years shall not be less
than Rs. 9,39,00,000/- (Rupees Nine Crore Thirty Nine Lakh only). In
this regard certificate issued by Chartered Accountant in the current
financial year shall be uploaded by the bidder.
4. The bidder who has applied for/ availed "Corporate Debt Restructuring"
(CDR) or "Strategic Debt Restructuring" (SDR) in the last Five (5) financial
years are not eligible to participate in the bid. In regards to this clause, a
certificate issued by the Chartered Accountant in the current financial year
shall be uploaded by the bidder.
5. For DI pipes and HDPE pipes, the bidder has to submit copies of
Memorandum of Understanding (MoU) with manufacturers having
satisfactory manufacturing experience along with BIS license for a period of
not less than 5 years. The Memorandum of Understanding (MoU) should
clearly indicate that the manufacturer shall supply the agreement quantity
for this work.
Technical Requirement The Bidder should have executed the following minimum Quantities in any one
financial year during the last ten Financial Years ending with 31-03-2018 (i.e.
1-4-2008 to 31-3-2018).
2. Should have completed supply, delivery, laying, jointing and testing of HDPE
Pipe diameter110 mm and above for a length of not less than 4850 Rmt.
The bidders should furnish the particulars of Quality Control Testing Lab
owned or tie up with established quality control laboratories.
The bidder should enclose experience certificate issued by the Engineer -in-charge of the State/Central
Government Departments not below the rank of Executive Engineer or equivalent a uthority and should
have countersigned by the next higher authority.
Assessed available Bid Capacity as per formula (2AN-B) must be greater than the Estimate Contract
Value.
A= Maximum value of Civil Engineering works executed in any one financial year during the last
(10) Ten financial years as per G.O.Ms.No.28, I&CAD (PW-Reforms) Dept., Dt. 30.4.2012
(updated to current price level) taking into account the work executed for the mentioned
period.
N= Number of years prescribed for completion of the work for which tenders are invited.
B= Updated value (at current price level) of all existing Commitments i.e., ongoing orders, orders
likely to be awarded to be executed during the Period of completion of the similar nature of
work completed for which Tenders are invited.
Annual turnover cost of completed works and balance works on hand etc., shall be updated by giving
weightage of 10% per year to bring them to current price level.
Note:
Proportionate quantities for WTP and ELSR will be considered at the time of evaluation for the completed
works of similar nature
1. Bids are invited on the e-procurement for the above mentioned work from the Eligible registered
contractors in any respective Departments of Government of Andhra Pradesh. The details of
Tender conditions and terms can be down loaded from the electronic procurement platform of
Government of Andhra Pradesh i.e www.tender.apeprocurement.gov.in
Internal Benchmark Value is Rs. 28,17,27,000 /- (Rupees Twenty Eight Crore Seventeen Lakh
Twenty Seven Thousand only)
1. E.M.D to be paid by way of unconditional and irrevocable Bank Guarantee or online payment issued
by any Nationalized Bank in the standard format as shown in the Tender Schedule drawn in favour
of Managing Director, Tirupati Smart City Corporation Limited for Rs. 28,17,000/- (i.e. 1.00% of
IBM Value) drawn in favor Managing Director, Tirupati Smart City Corporation Limited along with
bids. The successful bidder should furnish EMD at 2.5% of Tender Contract Value at the time of
agreement. The proportionate value of EMD for CAPEX value will be returned after defect liability
period of 2 years and the proportionate value of EMD for OPEX value will be returned after
completion of 7 years O&M period. Scanned EMD should be uploaded with the bids and originals
must be submitted to the Managing Director, Tirupati Smart City Corporation Limited, through
Registered Post / Courier / Personally so as to reach before the date of opening of price bid. Failure
to furnish the original BG before opening of price bid will entitle for rejection of bid and block
listing.
3. The following orders are applicable as per G.O. Ms. No. 174 I & CAD (PW Reforms) Dept., Dt:01 -09-
2008.
i. Submission of original hard copies of the uploaded scan copies of online payment / BG towards
EMD by participating bidders to the tender inviting authority before opening of the price bid is
dispensed forthwith.
ii. All the bidders shall invariably upload the scanned copies of BG in the e-procurement system and
this will be the primary requirement to consider the bid as responsive.
iii. The department will carry out the technical bid evaluation solely based on the uploaded
certificates / documents, BG towards EMD in the e-procurement system and open the price bids
of the responsive bidders.
iv. The Department will notify the successful bidder for submission of original hard copies of all
uploaded documents, BG towards EMD prior to entering into agreement.
v. The successful bidder shall invariably furnish the original BG certificates / documents of the
uploaded scanned copies to the tender Inviting Authority before entering into agreement either
personally or through courier or post and the receipt of the same within the stipulated date shall
be the responsibility of the successful bidder. The department will not take any responsibility for
any delay in receipt/non-receipt of original BG towards EMD, certificates / Documents, from the
successful bidder before the stipulated time. On receipt of the documents, the Department will
ensure the genuineness of the BG towards EMD and all other certificates/documents uploaded by
the bidder in e-procurement system in support of the qualification criteria before concluding the
agreement.
vi. If any successful bidder fails to submit the original hard copies of the uploaded certificates /
Documents, BG towards EMD within the stipulated time or if any variation is noticed between the
uploaded documents and the hard copies submitted by the bidder, the successful bidder will be
suspended from participating in the tender on e-procurement platform for a period of 3 (three)
years. The e-procurement system would de-active the use ID of such defaulting successful bidder
based on the trigger/recommendation by the Tender Inviting Authority i n the system. Besides
this, the department shall invoke all processes of law including criminal prosecution of such
defaulting bidder as an act of extreme deterrence to avoid delay in the tender process for
execution of all development schemes taken up by the Government. The information to this
4. The Tenderers shall be required to furnish a declaration and as per the pro-forma available in the
tender schedules are to be in on-line stating that the soft copies uploaded by them are genuine. Any
incorrectness/deviation noticed will be viewed seriously and apart from canceling the work duly
forfeiting the EMD, Criminal Action will be initiated including suspension of business.
5. The bidders who are desirous of participating in ‘e’ procurement shall submit their Technical bids,
price bids etc., in the standard formats prescribed in the Tender documents displayed at ‘e’ market
place. The bidders should upload the scanned copies of all the relevant cert ificates, documents etc.,
in the ‘e’ market place in support of their Technical Bids. The bidders shall sign on all the
statements, documents, certificates uploaded by him owning responsibility for their
correctness/authenticity.
6. The technical bid evaluation of the tenderers will be done on the certificates / documents uploaded
through on-line only, towards qualification criteria furnished by them.
7. Copy of Latest valid Income Tax Return along with proof of receipt and copy of PAN Card must be
uploaded.
8. Copy of GST Registration Certificate along with GSTIN No. obtained from respective Department
and latest Clearance Certificate must be uploaded.
9. GST and other statutory taxes and duties will be adopted time to time as per instructions of
Government of Andhra Pradesh
11. The date stipulated in the NIT is fixed and under no circumstances they will be relaxed under
unless otherwise extended by an official notification or happen to be Public Holiday. Any other
condition regarding receipt of tenders in conventional method appearing in the tender documents
may please be treated as not applicable.
12. Each bidder should demonstrate the availability of key and critical equipment either owned or
leased as shown in the NIT
14. The bidder is subjected to be disqualified and liable for black listing and forfeiture of EMD, if he is
found to have misled or furnished false information in the forms statements / certificates
submitted in proof of qualification requirements.
15. Even while execution of the work, if found that the contractor had produced false / fake certificates
of experience he will be liable for black listing and the contract will be liable for termination and
liable for forfeiture of EMD and all the amounts due to him.
16. Bidders shall submit a declaration without any reservation what so ever that the submitted
eligibility and qualification details, technical and financial bid are without any deviations and are
strictly in conformity with the documents issued by the employer.
17. Declaration should be given for the credentials submitted by the bidder.
18. The employer reserves the right to relax the conditions and required for eligibility of the bidders in
the public interest. The Bidder(s) shall not have any right to question the decision taken by the
employer in this regard.
Special Conditions:
1. The work should be got tested as per relevant IS Codes and Standards approved by the
Department, Third Party Quality Control / CIPET before the total supplies are affected.
2. The Bidder has to furnish self-declaration of Latest Present and Permanent Postal Address along
with Telephone Number, Mobile Number for Communication; Any Changes must be communicated
to the Tender Inviting Authority failure to notify the changes prior one month the date of change of
Address, the Available Address at Tender Inviting Authority will be deemed to fit for
communication. It is the responsibility of the bidder; the Department will not take any
responsibility for any delay, loss in communication of any Correspondence.
3. The Managing Director, Tirupati Smart City Corporation Limited reserved the right to reject a ny
tender or drop the proposals for receiving the tenders without assigning any reason. The details of
rules and regulations and other required information can be had at the above address during the
4. The successful bidder should furnish EMD at 2.5% of Tender Contract Value at the time of
agreement. The proportionate value of EMD for CAPEX value will be returned after defect liability
period of 2 years and the proportionate value of EMD for OPEX value will be returned after
completion of 7 years O&M period.
5. E.M.D. noted against the work i.e., at 1% of estimate contract value should be paid in the shape of
BG / online payment in favor of Managing Director, Tirupati Smart City Corporation Limited. The
balance E.M.D. at 1.5% of estimate contract value should be paid by B.G for the amounts till the
defect liability period is completed i.e., 2 years from the date of completion of work to be paid at
the time of entering into agreement. The BG's taken earlier than the Tender Notice will not be valid.
6. Tenders with an excess of 5% of the internal benchmark value mark arrived by the department
shall be summarily rejected.
7. Tenders up to 25% less than the estimate may be accepted but for tenders less than 25% of the
estimate / internal benchmark value mark arrived by the department, a Bank Guarantee for the
difference between the tender amount and 75% of the estimate value /internal benchmark value
mark arrived by the department should be furnished at time of agreement as additional secu rity
deposit, so if the tenderer leaves the work in mid-way and the department is forced to call for the
tender for the work.
8. The bidder who has applied for/ availed "Corporate Debt Restructuring" (CDR) or " Strategic Debt
Restructuring" (SDR) in the last Five (5) financial years are not eligible to participate in the bid. In
regards to this clause, a certificate issued by the Chartered Accountant in the current financial year
shall be uploaded by the bidder.
9. Employer reserves the right to cancel / alter the bid conditions at any time.
10. Any Tender or all the tenders can be cancelled without assigning any reasons. Conditional tenders
will not be considered.
11. For particulars please apply to the Municipal Engineer, Tirupati and clarification can be had till a
day earlier to the opening date of tenders.
12. If the tender is made by an individual, it shall be signed with full name and his address shall be
given if it is made by a firm. It shall be signed with the co-partnership name by a member of the
firm who shall also sign his own name and address of each member of the firm shall be given. If the
tender is made by corporation it shall be signed by the duly authorized officer who shall produce
Note :- The tenderers particular attention is drawn to the sections and clauses in the standard
preliminary specification dealing with the following:
The tenderer should closely pursue all the specifications Clause which govern the rates for which is
tendering. The Supplier has to fulfill all requirements in tender document.
a) Bidders need to contact, Office of the Managing Director, Tirupati Smart City Corporation Limited
for any clarifications, information on any working day during office hours.
b) Bidders need to register on the electronic procurement market place of Government of Andhra
Pradesh i.e., www.tender.apeprocurement.gov.in. On registration on the e-procurement market
place they will be provided with a user ID and password by the system using which they can
submit their bids online.
c) While registering on the e-procurement market place, Bidders need to scan and upload the
required documents only as per the Tenders requirement onto their profile.
d) Such uploaded documents pertaining Technical Bid need to be attached to the tender while
submitting the bids on line. Steps for registering and submission of bids are described in details
in the “Bidders Training Booklet” available with the Department as well as at the above web site.
e) The department will not accept any bid submitted in the paper form. Bidders are requested to
submit the bid in two stages
Stage – I : Eligibility and Technical Bid Stage
f) The first stage will cover the qualifications eligibility details and the technical bid. The bidder shall
upload documents in support of the above. The bidder shall submit price bid online under second
stage which may include proposals for financing to cover part of the scope of the work as per bid
documents before the bid submission closing date.
g) Bidders shall submit a declaration without any reservation whatsoever that the submitted
eligibility and qualification details, Techno-Commercial bid and financial bid are without any
deviations and are strictly in conformity with the documents issued by the Employer.
h) Declaration should be given by the bidder for the correctness of the credentials submitted by him.
i) The Bidders shall sign on the documents (such as EMD, transaction fee payable at APTS uploaded
by him, owing responsibility for their correctness/authenticity. The documents without signature
of the bidder will be considered as invalid documents and the same wil l not be considered in
evaluation of the bid.
For registration and online bid submission bidders may contract Helpdesk of M/s. APTS Ltd,
Hyderabad, on https://tender.apeprocurement.gov.in
i. Submission of Hard copies The following orders are applicable as per G.O. Ms. No.174, I & CAD
(PW Reforms) Dept., Dt : 01-09-2008
ii. Submission of original hard copies of the uploaded scan copies of BG towards EMD by
participating bidders to the tender inviting authority before opening of the price bid is dispensed
forthwith.
iii. All the bidders shall invariably upload the scanned copies of BG in the e-procurement system and
this will be the primary requirement to consider the bid as responsive.
iv. The department / authority will carry out the technical bid evaluation solely based on the
uploaded certificates / documents, BG towards EMD in the e-procurement system and open the
price bids of the responsive bidders after approval from the competent authority as per rules in
force.
v. The Department will notify the successful bidder for submission of original hard copies of all
uploaded documents, BG towards EMD prior to entering into agreement.
vi. The successful bidder shall invariably furnish the original BG certificates / docu ments of the
uploaded scanned copies to the tender Inviting Authority before entering into agreement either
personally or through courier or post and the receipt of the same with in the stipulated date shall
be the responsibility of the successful bidder. The department will not take any responsibility for
any delay in receipt/non-receipt of original BG towards EMD, certificates / Documents, from the
successful bidder before the stipulated time. On receipt of the documents, the Department will
Deactivation of Bidders:
The bidder (L 1) found defaulting in submission of hard copies of original BG for EMD /Transaction
fee to the Tender Inviting Authority on or before the tender stipulated time before concluding the
agreement will be suspended / disqualified from participating in tenders on e -Procurement
platform for a period of 12 months from date of bid submission as per G.O Ms No 245 I&CAD Dept.
dated 30-12-2005 and GO Ms No 155 I&CAD Dept. dated 23-08-2006 besides forfeiture of EMD.
Other conditions as per tender document are applicable.
The technical bid evaluation of the tenderers will be done on the certificates / documents uploaded
through on-line only, towards qualification criteria furnished by them.
2 EMD Mandatory
1. Tender Document:
The bidder is requested to download the tender document and read all the terms and conditions
mentioned in the tender Document and seek clarification if in doubt from the Tender Inviting
Authority. Any offline bid submission clause in the tender document shall not be considered.
The bidder has to keep track of any changes by viewing the addendum / Corrigendum's issued
by the Tender Inviting Authority on time-to-time basis in the E-Procurement platform. The
a) The scope of work includes “Water Supply Distribution Network Improvements for
NRW Reduction and Continuous Water Supply in ABD Area and Performance based
Operation and Maintenance for 7 years including Defect Liability Period [DLP] of 2
years under implementation of Smart City Mission in Tirupati”
b) Appropriate state of the art construction procedure & technologies shall be adopted
for providing water supply system and various alternatives shall be explored for
providing best possible solutions at every stage of construction of the ELSR, pipe
laying, wherever necessary, approaches, crossing etc., and the proposed network
shall be compatible with existing system and necessary interconnection should be
done in order to make it compatible with the proposed system.
d) The Bidder shall conduct Topographic survey and establish Permanent Bench Marks
at regular intervals with reference to GTS/DGPS in order to execute the work. The
EPC Agency shall submit the Designs and Drawings duly taking into account &
e) Contractor shall undertake design of water distribution work using latest versions of
Water Gems software/EPA Net Software. Contractor shall submit all designs and
drawing with BOQ and estimates for approval by competent authority.
f) After approval of the Drawings and Designs by the competent authority, the EPC
Agency shall submit detailed estimate along with BoQ’s based on the approved
drawings which will be approved by the Dept. authorities based on which the
execution shall be done. As per the provisions of EPC system, this shall form the
basis of payment within the overall percentage break up mentioned in the
document.
g) The project shall be executed, completed and commissioned within the period of
completion, and the O&M of the project shall be carried out for a period of 7 years
including 2 years Defects Liability period (DLP) after completion of construction and
commissioning of the project, in compliance with the key Performance Indicators
specified.
h) The bidder shall conduct survey for each door to door to access the requirements of
HSCs, to be provided where ever the existing distribution network available and also
on the proposed distribution network as per the nodal plan and designs and as per
direction of departmental Engineer-in-charge including Geo-Tagging of the
consumers etc. He shall also identify the unauthorized connections and report the
same to the ULB.
i) It shall be expressly understood by the EPC Agency that the Drawings and details
appended at the time of bidding are only indicative but not exhaustive
Distribution Network:
4.1.12 The bidder has to get survey of entire ABD area
under Tirupati Municipal Corporation for
providing Water Supply House Service
Connections duly maintaining minimum residual
head of 12.0m HWC at the Consumer end and the
guidelines as specified in the CPHEEO manual shall
a) Restoration with GSB layer of 300mm thick for Not less than 94020
sq.m. Bituminous
trench width upto 75 mm below top of road
Concrete Surfacing
surface. Laying of 75mm thick WBM layer above
GSB layer of 300mm thick and primer coat, tack
coat, Premix carpet followed by Seal coat for a
trench width of 1.2 m.
For Road Restoration in CC Road
b) Restoration with GSB layer of 300mm thick for Not less than 3820
trench width upto 300mm below top of the road cum. Cement Concrete
Surface
surface. Laying of 100mm thick PCC (1:4:8) layer
above GSB layer of 300mm thick and 200 mm thick
CC M30 layer above 100mm thick PCC (1:4:8)
layer.
4.10 Design, construction, testing & commissioning of 1700 KL 1 no. of 1700 KL with
capacity RCC ELSR with M30 concrete including all 15 m staging besides
Break Pressure Tank
associated works such as suction inlet, outlet, overflow,
(BP Tank) at SV
water level indicator, piping valves, complete in all respect
University
as per approved GA drawing and structural drawings and
instruction of Engineer-In-Charge.
1) The above rates are arrived with base rate of
Cement Rs. 3882/- per MT and steel for
The above items /quantities are only "indicative" and it shall be expressly
understood that the EPC agency shall furnish the detailed Bill of Quantities (BoQ) &
Estimate based on approved designs and drawings as per provisions of the bid
document/CPHEEO/BIS standards which shall form the basis of detailed percentage
breakup of payment schedule within the overall component limits approved by EPC
Committee-I and variations if any will be dealt with as per EPC guidelines.
The Internal Bench Mark of the above scope of work and deliverables shall be
Rs. 28,17,27,000/-
5.1 The "Employer" is the Managing Director, Tirupati Smart City Corporation Limited i.e.,
the Agreement Concluding authority. "Engineer in Charge" is the "Executive Engineer"
in charge of execution in terms of G.O. Ms.No.50 I&CAD, dt.02-03-2009.
5.2 Entrustment of the additional items contingent to the main work and within the scope
of contract will be authorized by the "Employer" and the EPC agency shall be bound to
execute such additional items at no extra cost to the employer and the cost of such
items shall be deemed to have been included in the contract price quoted.
5.3 Entrustment of additional items of work contingent to main work and outside the
scope of contract will be authorized by the employer with the prior approval of EPC-
Committee: III in terms of GO Ms.168 MA&UD (Budget) Dept. dt.01-07-2016.
5.4 In such cases where the approved designs result in "Substantial Reduction" in
quantities of that component from the estimated quantities, the payment schedule will
be adjusted to the actual quantities. Payment schedule will remain unchanged in case of
increase in the quantities in a component as per Govt. Memo No.28569/M&MI (T-
IV)/2012-13 dt. 20-12-2012 of Irrigation & CAD (PW) Dept.
5.5 The EPC Agency shall carry out investigation, detailed layout, designs and drawings of
all components of the work to be approved by competent departmental authority. The
EPC Agency shall follow all the relevant CPHEEO manuals/BIS/GoI manuals/advisories
etc. issued from time to time for various components of works. The EPC Agency shall
furnish “detailed estimate” with BoQ’s prepared based on approved designs and
drawings by competent authority as per G.O.Ms.No.50 I&CAD dt.02.03 -2009.
5.6 IBM is arrived (Excluding reimbursable items) based on SoR of 2017-18 with Cement
@ Rs.3,882/- per M.T of ordinary Portland Cement, Rs.42,000/- per M.T of Steel for the
month of May 2018 (excluding GST), Bitumen and Emulsion rates effective from 1 st July
2018.
O&M Cost shall be paid quarterly based on O&M cost Quoted and KPI
Note: The EPC agency shall furnish the detailed estimates, BoQs based on approved drawings
as per provisions of the Deliverables. The above payment schedule can be sub divided into
various sub-components with appropriate percentage break up as per the estimate & BoQ’s
approved by the Departmental authorities but within the overall percentage break up of
each component as approved by EPC Committee-I.
B. GENERAL
Technical Evaluation will be done only based on the documents uploaded on the e-
procurement platform as per G.O.Ms.No.94, I & CAD (PW-COD) Dept. Dt. 01.07.2003 and
subsequent G.O.s issued from time to time by the Government.
A. General Requirement:
a. Civil Contractors/Contracting firm having registrations with Government of And hra
Pradesh in appropriate eligible class as per the G.O.Ms.No.94, I & CAD (PW -COD)
Dept. Dt. 01.07.2003.
b. The bids are limited to those individuals, firms, companies, who meet the following
qualification and the eligibility requirements.
Work Execution Period – 18 months (including Monsoon period)
O&M (excluding power charges) period -7 years with including Defect
liability period of 2 years.
c. The bidder should furnish EMD of Rs. 28,17,000/- in the shape of online payment
or irrevocable bank guarantee in favour of the Managing Director, Tirupati Smart
City Corporation Limited (TSCCL) issued by Indian Nationalized/ Scheduled Banks
valid for 180 days or by using the option of Net Banking / RTGS / NEFT from their
B. Technical Requirements:
The Bidder should have executed the following minimum Quantities in any one financial
year during the last ten Financial Years ending with 31-03-2018 (i.e. 1-4-2008 to 31-3-
2018).
1. Should have completed supply, delivery, laying, jointing and testing of DI Pipe
diameter 300 mm and above for a length of not less than 1610 Rmt.
2. Should have completed supply, delivery, laying, jointing and testing of HDPE Pipe
diameter110 mm and above for a length of not less than 4850 Rmt.
3. Should have experience in construction and commissioning of Water Treatment Plant
(WTP) of minimum 10MLD Capacity.
4. Providing Water Supply House Service Connections of 1460 Nos
5. Bidder shall have successfully operated and maintained at least one drinking water
supply system having a value not less than Rs. 9,39,00,000/- for a minimum period of
two years in the last five (5) years.
The bidders should furnish the particulars of Quality Control Testing Lab owned or tie
up with established quality control laboratories.
C. Financial Requirements:
I. The bidder as a prime contractor should have Satisfactorily Completed Similar
Nature of Works of value not less than Rs. 9,39,09,000/- (Rupees Nine Crore
Thirty Nine Lakh Nine Thousand only) in any one financial year during last Ten
II. The bidder should produce Liquid asset / Credit facilities / Solvency certificate from
any Indian Nationalised / Scheduled banks of value shall not be less than Rs.
4,70,00,000/- (Rupees Four Crore Seventy Lakh only).
III. The bidder’s average networth for the last 3 financial years shall not be less than Rs.
9,39,00,000/- (Rupees Nine Crore Thirty Nine Lakh only). In this regard
certificate issued by Chartered Accountant in the current financial year shall be
uploaded by the bidder.
IV. The bidder as a prime contractor should have Satisfactorily Completed construction
or rehabilitation of atleast one drinking water supply project with minimum 2 years
of O&M with project cost not less than Rs. 9,39,00,000/- (Rupees Nine Crore
Thirty Nine Lakh only) during the last ten financial years ending with 2017-18. The
value will be updated by giving 10% simple weightage per year to bring them to
2018-19 price level.
V. The bidder who has applied for/ availed "Corporate Debt Restructuring" (CDR) or
"Strategic Debt Restructuring" (SDR) in the last Five (5) financial years are not
eligible to participate in the bid. In regards to this clause, a certificate issued by the
Chartered Accountant in the current financial year shall be uploaded by the bidder .
VI. For DI pipes and HDPE pipes, the bidder has to submit copies of Memorandum of
Understanding (MoU) with manufacturers having satisfactory manufacturing
experience along with BIS license for a period of not less than 5 years. The
Memorandum of Understanding (MoU) should clearly indicate that the manufacturer
shall supply the agreement quantity for this work.
VII. Assessed available Bid Capacity as per formula (2AN-B) must be greater than
the Estimate Contract Value.
A= Maximum value of Civil Engineering works executed in any one financial year
during the last (10) Ten financial years as per G.O.Ms.No.28, I&CAD (PW -
Reforms) Dept., Dt. 30.4.2012 (updated to current price level) taking into
account the work executed for the mentioned period.
Annual turnover cost of completed works and balance works on hand etc., shall be
updated by giving weightage of 10% per year to bring them to current price level.
Note:
Proportionate quantities for WTP and ELSR will be considered at the time of
evaluation for the completed works of similar nature
VIII. The bidder should furnish the availability (either owned or leased) of following key
and critical equipment required for the work.
IX. The bidder should furnish the availability of following key personnel.
Total Work
Experience In
No. of Experience
Position Qualification Similar Work
Persons (Min)
[years]
[years]
B.E. Civil Experience in Water Supply
Project Manager Scheme. (5 years as Project Manager 1 Nos 20 12
should have O&M experience)
D. Design Phase
B.E. Civil (8 years’ experience in
Water Supply Expert 1 Nos 15 10
Design of Water Supply Project)
ITI Draftsman/ Diploma Civil
Draftsman 1 Nos 5 5
Engineering
X. The bidders should furnish the particulars of Quality Control Testing Lab owned or tie
up with established quality control laboratories.
XI. The bidder should furnish the Income Tax PAN and submission of Latest Income Tax
Return along with proof of receipt.
XII. GST and other statutory taxes and duties will be adopted time to time as per the
instructions of Government of Andhra Pradesh.
XIII. The Bidder should furnish the GST Registration Certificate, if not uploaded at the time of
tendering should be furnished at the time of agreement.
NOTE:
The Internal Bench Mark [IBM] is arrived based on the probable quantities
indicated in the deliverables.
4. Cost of Tendering:
The bidder shall bear all cost associated with the preparation and submission of his
tender and the Employer will in no case be responsible or liable for these costs,
regardless of the conduct or outcome of the tendering procedure.
If the technical bid of a tenderer is not satisfying any of the eligibility criteria it will be
rejected by the Managing Director, Tirupati Smart City Corporation Limited. However,
the tender accepting authority detects any error in the evaluation of tenders by
Managing Director, Tirupati Smart City Corporation Limited, the tender accepting
authority while returning the tenders may direct the Managing Director, Tirupati Smart
City Corporation Limited or Chief Engineer as the case may be, to re -evaluate the
tenders.
25. Department’s right to accept any tender and to reject any or all tenders
Notwithstanding the clause 24, the employer reserves the right to accept or reject any
tender and to annul the tender process and reject all the tenders at any time prior to award
of contract without there by incurring any liability to the affected bidders or any obligation
to inform affected bidder/s of the grounds for employer’s action.
Upon furnishing the performance security by the successful bidder in accordance with the
clause 27 the order to start work will be given. The work order shall be accompanied by a
true copy of the agreement bearing the number under which it is registered in the office of
the Managing Director, Tirupati Smart City Corporation Limited.
Definitions:
a) The Employer is the Tirupati Smart City Corporation Limited represented by the
Managing Director.
Address : Tirupati Smart City Corporation Limited (TSCCL),
Tirupati Municipal Corporation,
13-29-M9-1-00, Tilak Road,
East Tirupati, Chittoor District,
Andhra Pradesh. Pin Code : 517501.
E-mail: : tsccltirupati@gmail.com
Engineer’s Duties
The Engineer shall obtain the specific approval of the Employer in respect of the
following:
a. Approving subletting of the Work
b. Granting claims to the Contractor
c. Ordering suspension of the work
d. Determining an extension of time
e. Waiving off the penalty and arranging the repayment of compensation for delay
f. Issuing of Variation Order
g. Ordering any work/test beyond the scope of the Contract
h. Determining rates for the extra items /extra work
i. Any variations in the contract condition
j. Approval to designs and working drawings
1.2. If it is found that the agency has sub-let the work unauthorized, the agency shall be black
listed and barred from participating in bidding for Government works for a period of six
years.
1.4. On receipt of such a report, the agreement concluding authority shall call for an
explanation from the agency fixing a time limit not exceeding 30 days. If no reply is
received within the time limit, it will be deemed that the agency has no explanation to
offer and orders shall be passed black-listing the agency by the Government as per G.O.
1.5. If a reply is received, the reply shall be examined and an order after giving due to
consideration to the reply shall be passed by the Government.
1.6. A contracting firm shall also be black listed it is found that the firm has a person as
partner / director who is also a partner / director in a black –listed firm.
6. Other Contractors:
6.1 The Contractor shall cooperate and share the Site with other contractors, Public
authorities, utilities, and the Department / TSCCL Authority. The Contractor shall also
provide facilities and services for them as directed by the Engineer-in-charge.
7. Personnel:
7.1 The Contractor shall employ the required Key Personnel named in the Schedule of Key
Personnel to carry out the functions stated in the Schedule or other personnel approved
7.3 Employment of technical personnel shall be with reference to the estimate cost of work
put to tender.
7.4 The appointment of technical staff shall be on full time basis.
The Technical staff shall be available at work site for supervising the work including
quality checking of all items from time to time. Failure to employ the required tech nical
personnel [as per SSR 2017-2018] by the contractor, amounts will be recovered from
the contractor over and above the provision made in part two of schedule -A from the
contractors bills
7.5 The technical personnel should be on full time and available at site whenever required
by Engineer in Charge to take instructions.
7.6 The names of the technical personnel to be employed by the contractor should be
furnished in the statement enclosed separately.
8. Contractor’s Risks:
8.1 All risks of loss of or damage to physical property and of personnel injury and death,
which arise during and in consequence of the performance of the contract a re the
responsibility of the contractor.
10.1 The contractor should inspect the site and also proposed quarries of choice for materials
source of water and quote his percentage including quarrying, conveyance and all other
charges etc.
10.2 The responsibility for arranging the land for borrow area rests with the Contractor and
no separate payment will be made for procurement or otherwise. The contractor’s
quoted percentage will be inclusive of land cost.
14.4 The barricades erected on either side of the carriage way portion of the carriage way
closed to traffic, shall be of strong design to resist violation and painted with alternative
black and white stripe. Red lanterns or warnings lights of similar type shall be mounted
on the barricades at night and kept lit throughout from sunset to sunrise.
15. Ramps:
Ramps required during execution may be formed wherever necessary and same are to
be removed after completion of the work. No separate payment will be made for this
purpose.
17.1 The contractor may commence execution of the works on the start date and shall carry
out the works in accordance with the programme submitted by the contractor, as
updated with the approval of the Engineer-in-Charge / Employer / Employer’s
Representative, and complete the work by the Intended completion date.
18. Safety:
18.1 The Contractor shall be responsible for the safety of all activities on the site .
22. Instructions:
22.1 The Contractor shall carry out all instructions of the Engineer-in-charge / Employer /
Employer’s Representative and complies with all the applicable local laws where the Site
is located.
SETTLEMENT OF CLAIMS:
Settlement of claims for Rs.50,000/- and below by Arbitration.
All disputes or difference arising of or relating to the Contract shall be referred to the
adjudication as follows:
A reference for adjudication under this clause shall be made by the contractor within six
months from the date of intimating the contractor of the preparation of final bill or his
having accepted payment whichever is earlier.
25.1 The total period of completion is (as specified in the NIT) inclusive of Monsoon Period
from the date of entering with agreement to proceed including rainy season. Keeping in
view, the schedule for handing over of site given in condition below, the work should be
programmed such as to achieve the milestones as in “Rate of progress statement” Mile
Stones will be drawn by the agency which should be acceptable to the Department .
25.2 The attention of the bidder is directed to the contract requirement at the time of
beginning of the work, the rate of progress and the dates for the whole work and its
several parts as per mile stone. The following rate of progress and proportionate value
of work done from time to time as will be indicated by the MD, TSCCL ’s Certificate for
the value of work done will be required. Date of commencement of their programme will
be the date for concluding agreement but not the date of handing over site.
25.3 After signing the agreement, the contractor shall forthwith begin the work, shall
regularly and continuously proceed with them.
25.4 Rate of progress:
i) Work programme of achieving the milestones (Statement).
The contractor/EPC agency shall be subject to the following Key activities to carry out
its operations as indicated below during design, construction and operation period of 7
years including “Defect Liability Period” (2 years).
Time from
stipulated date Event of
S.No. Sectional Milestone Activities
of contract start
start(days)
1 Contract
Mobilisation 15 signing
Water supply works:
2 Completion of all Contract
survey, investigation signing Including all surveys,
work. 45
QAP
Submission of Quality
assurance plan
3 Contract Including Designs,
Submission of signing BOQ, implementation
Systematic investment 75 and phasing program
plan (SIP) and methodology
ii) Site schedule of programme of handing over site to the contractor site will be
handed over to the contractor in stages according to the progress of work.
(Statement)
iii) The contractor shall achieve the financial progress, otherwise Liquidated
Damages shall be levied as per the conditions of contract.
25.5 The contractor shall commence the works on site within the period specified under
condition 24.1 to 24.3 above after the receipt by him of a written order to this effect
from the MD, TSCCL and shall proceed with the same with due expedition and without
delay, except as may be expressly sanctioned or ordered by the Managing Director,
Tirupati Smart City Corporation Limited, Tirupati, or be wholly beyond the contractor’s
control.
25.6 Save in so far as the contractor may prescribe, the extent of portions of the site of which
the contractor is to be given possession from time to time and the order in which such
portions shall be made available to him and, Subject to any requirement in the contract
as to the order in which the works shall be executed, the Executive Engineer will, with
the MD, TSCCL ’s written order to commence the works, give to the contractor
possession of so much of the site as may be required to enable the contractor to
commence proceed with the execution of the works in accordance with the programme
if any, and otherwise in accordance with such reasonable proposals of the contractor as
he shall by written notice to the Managing Director, Tirupati Smart City Corporation
Limited, Tirupati, make and will from time to time as the works proceed, give to the
contractor possession of such further portions of the site as may be required to enable
the contractor to proceed with the execution of the works with due dispatch in
accordance with the said programme or proposals as the case maybe ; if the contractor
suffers delay or incurs cost from failure on the part of the Managing Director, Tirupati
34. Tests:
34.1 Laboratory for testing:
The contractor shall for the purpose of testing the material shall establish a field
laboratory of 40 sq. meter area. The contractor shall provide all equipment as per list i n
Annexure - D.
For all works costing more than Rs.2.00 Crores the Contractor shall submit quality plan
and also show proof of owning quality lab or tie-up with an established quality lab.
In an unlikely event, should the exigencies of work so demand that any major
modifications are found essential in any component of the works, the payment for the
corresponding variations shall be regulated as per Annexure II & III of Volume III. The
variations, not covered by Annexure II & III, rates of APSoR 2017-2018 will be
applied
38.3 The extra items:
38.3.1 In case of contingent items, approval shall be accorded by Superintending Engineer,
Tirupati Smart City Corporation Limited.
38.3.2 Non-contingent shall be approved by the committee constituted for the purpose
38.3.3 Contingent but outside the scope of the original contract shall be approved by the
committee constituted for this purpose.
43. Payments:
43.1 EPC Contractor’s Application for Payment:
43.1.1 On the fifth Business Day of every month from the date of issue of the Notice to Proceed
the EPC Contractor may serve a notice in writing on the Employer’s Representative
43.2.1 Within fourteen (14) Business Days after the receipt of the Req uest for payment, the
Employer’s Representative shall, subject to the EPC Contractor’s compliance with Article
43.2 inspect the relevant parts of the Works and the relevant goods and materials in
order to satisfy himself that the request for payment is correct.
45. Taxes
45.1 The percentage quoted by the contractor shall be inclusive of Goods and Service Tax
(GST) and other statutory taxes on all materials that the contractor will have to
purchase for performance of this contract.
45.2 All Taxes such as GST, seigniorage, royalties, tools, control, etc., in respect of materials to
be consumed on the work and also in the finished item of work etc., must be borne by
the contractors.
45.3 Interest on Money due to the Contractor:
45.3.1 No omission by the Executive Engineer or the sub-divisional officer to pay the amount
due upon certificates shall vitiate or make void the contract, nor shall the contractor be
48. Retention
48.1 The Department / TSCCL Authority shall retain from each payment due to the contractor
@ the rate of 7.5% of bill amount until completion of the whole of the Works.
48.2 Deleted.
48.3 On completion of the whole of the Works half (5%)of the total amount retained
including 2.5% EMD is re-paid to the Contractor and balance half (5%) when the Defects
Liability Period has passed and the Employer/ Employer’s representative has certified
that all the Defects notified by the Employer/ Employer’s representative to the
Contractor before the end of this period have been corrected.
48.4 On completion of the Defects Liability Period half (5%)of the total amount ret ained
including 2.5% EMD is re-paid to the Contractor and the Employer/ Employer’s
representative has certified that all the Defects notified by the Employer/ Employer’s
representative to the Contractor before the end of this period have been corrected.
While the balance half (5%) shall be paid on completion of O&M period.
48.5 On completion of the whole works, the Contractor may substitute retention money with
an “on demand” Bank Guarantee.
49.4 The contractor/EPC Agency shall be subject to the following penalties for failure to carry
out its operations as indicated below during “Performance Based O&M period” (7 year s
including DLP of 2 years) under Normal Operating Conditions. The Key Performance
Indicators (KPIs) are as follows. The KPIs will be monitored through the Senoir Citizen
Charter of Tirupati Municipal Corporation and accordingly the EPC Agency will be
penalized for not complying with the following KPIs.
The milestones will however be firmed up at the time of agreement after obtaining a
program of the work from the bidder.
51 Securities:
51.7 The Earnest Money Deposit and Additional Security (for discount tender percentage
beyond 25%) shall be provided to the Department / TSCCL Authority not later than the
date specified in the Letter of Acceptance and shall be issued in an amount and form and
by a bank acceptable to the Department / TSCCL Authority. The Earnest Money shall be
valid until a date 28 days from the date of expiry of Defects Liabilit y Period and the
additional security shall be valid until a date 28 days from the date of issue of the
certificate of completion.
52 Cost of Repairs:
52.7 Loss or damage to the works or materials to the works between the start date and the end
of the defects correction periods shall be remedied by the contractor at the contractor’s
cost if the loss or damage arises from the contractor’s acts or omissions.
53 Completion:
The Contractor shall request the Engineer-In-Charge/ Employer / Employer’s
Representative to issue a Certificate of completion of the Works and the Engineer-In-
Charge/ Employer / Employer’s Representative will do so upon deciding that the work is
completed.
54 Taking Over:
54.1 The Department / TSCCL Authority shall takes over the Site and the Works within seven
days of the Engineer-in-Charge/ Employer / Employer’s Representative issuing a
certificate of Completion.
54.2 Except as stated in clause 53 the works shall be taken over by the Employer when they
have been completed in accordance with the Contract (except as described in sub-
paragraph (a) below), have passed the Tests on Completion and a taking-Over Certificate
for the works has been issued, or has deemed to have been issued in accordance with this
Sub-Clause. If the works are divided into sections, the Contractor shall be entitled to apply
for a Taking-over certificate for each section.
The Contractor may apply by notice to the Employer’s Representative for a taking -over
certificate not earlier than 14 days before the works or section (as the case may be) will,
in the contractor’s opinion, be complete and ready for taking over. “The request for
taking over shall be accompanied by as built drawings.” The employer’s
representative shall, within 28 days after the receipt of the contractor’s application:
(a) issue the taking-over certificate to the contractor, stating the date on which the
works or section were completed in accordance with the contract (except for
minor outstanding work that does not affect the use of the works or section for
their intended purpose) including passing the tests on completion: or
(b) reject the application, giving his reasons and specifying the work required to be
done by the contractor to enable the taking-over certificate to be issued: the
contractor shall then complete such work before issuing a further notice under
this sub-clause.
If the Employer does use any part of the works before the taking-over certificate is
issued:
(a) the part which is used shall be deemed to have been taken over at the date on
which it is used,
(b) the Employer’s Representative shall, when requested by the Contractor, issue a
taking-over certificate accordingly, and
(c) the contractor shall cease to be liable for the care of such part from such date,
when responsibility shall pass to the Employer.
After the Employer’s Representative has issued a taking-over certificate for a part of the
works, the contractor shall be given the earliest opportunity to take such steps as may be
necessary to carry out any outstanding tests on completion, and the contractor shall carry
out such tests on completion, and the contractor shall carry out such tests on completion
as soon as practicable, before the expiry of the contract period.
55 Final Account:
54.1 The Contractor shall supply to the Engineer-in-Charge/ Employer / Employer’s
Representative a detailed account of the total amount that the Contractor considers
payable under the Contract before the end of the Defects Liability Period. The Engineer-
in-Charge/ Employer / Employer’s Representative shall issue a Defects Liability
Certificate and certify any final payment that is due to the Contractor within 56 days of
receiving the Contractor’s account if it is correct and complete. If it is not, the Engineer-
in-Charge/ Employer / Employer’s Representative shall issue within 56 days a schedule
that states the scope of the corrections or additions that are necessary. If the final
Account is still unsatisfactory after it has been resubmitted, the Engineer-in-Charge/
Employer / Employer’s Representative shall decide on the amount payable to the
Contractor and issue a payment certificate within 56 days of receiving the Contractor’s
revised account.
56 Termination:
56.1 The Department / TSCCL Authority may terminate the Contract if the contractor causes a
fundamental breach of the Contract.
56.2 Fundamental breaches of Contract include, but shall not be limited to the following.
a) The Contractor stops work for 28 days when no stoppage of work is shown on
the current program and the stoppage has not been authorized by the Engineer-
in-Charge/ Employer / Employer’s Representative.
60 Water Supply:
The Contractor has to make his own arrangements for water required for the work and
to the colonies and work sites, which are to be established by the Contractor.
61 Electrical Power:
The Contractors will have to make their own arrangements for drawing electric power
from the nearest power line after obtaining permission from the Andhra Pradesh State
Electricity Board at his own cost. In case of failure of electricity, the Contractor has to
make alternative arrangements for supply of electricity by Diesel Generator sets of
suitable capacity at place of work. If the supply is arranged by the Department / TSCCL
Authority, necessary Tariff rates shall have to be paid based on the prevailing rat es. The
contractor will pay the bills of Electricity Board for the cost of power consumed by him.
The contractor shall satisfy all the conditions and rules required as per Indian Electricity
Act 1910 and under rule –45(I) of the Indian Electricity Rules, 1956 as amended from
time to time and other pertinent rules.
a) The contractor has to make his own arrangements for the supply of electric power for
domestic purposes and the charges for this purpose have to be paid by him at the rates
as fixed by the Andhra Pradesh State Electricity Board from time to time.
b) The contractor will have to make his own arrangements to lay and maintain the
necessary distribution lines and wiring for the camp at his own cost. The layout and the
methods of laying the lines and wiring shall have the prior approval of the Engineer-in-
Charge/ Employer / Employer’s Representative. All camp area shall be properly
electrified. All lines, streets, approaches for the camp etc., shall be sufficiently lighted for
the safety of staff and labour of the contractor, at the cost of the Contractor and it will be
subject to the approval of the Engineer-in-Charge/ Employer / Employer’s
Representative.
63 Roads:
In addition to existing public roads and roads Constructed by Government, if any, in
work area all additional approach roads inside work area and camp required by the
Contractor shall be constructed and maintained by him at his own cost. The layout
design, construction and maintenance etc. of the roads shall be subject to the approval of
the Engineer-in-Charge/ Employer / Employer’s Representative. The contractor shall
permit the use of these roads by the Government free of charge.
It is possible that work at, or in the vicinity of the work site will be performed by the
Government or by other contractors engaged in work for the Government during the
contract period. The contractor shall without charge permit the government and such
other contractor and other workmen to use the access facilities including roads and
other facilities, constructed and acquired by the contractor for use in the performance of
the works.
The contractor’s heavy construction traffic or tracked equipment shall not traverse any
public roads or bridges unless the contractor has made arrangement with the authority
concerned. In case contractor’s heavy construction traffic or tracked equipment is not
allowed to traverse any public roads or bridges and the contractor is required to make
some alternative arrangements, no claim on this account shall be entertained.
66 Labour:
The contractor shall, make his own arrangements for the engagement of all staff and
labour, local or other, and for their payment, housing, feeding and transport.
Labour importation and amenities to labour and contractor’s staff shall be to the
contractor’s account. His quoted percentage shall include the expenditure towards
importation of labour amenities to labour and staff;
As per Govt. memo No.721/Gr.(1)/81-35, dt:17.11.87. The contractor shall obtain the
insurance at his own cost to cover the risk on the works to labour engaged by him
during period of execution against fire and other usual risks and produce the same to
the Executive Engineer concerned before commencement of work.
67 Safety Measures:
1. The contractor shall take necessary precautions for safety of the workers and preserving
their health while working in such jobs, which require special protection and
precautions. The following are some of the measures listed but they are not exhaustive
and contractor shall add to and augment these precautions on his own initiative where
necessary and shall comply with directions issued by the Executive Engineer or on his
behalf from time to time and at all times.
2. Providing protective foot wear to workers situations like mixing and placing of mortar
or concrete sand in quarries and places where the work is done under much wet
conditions.
3. Providing protective head wear to workers at places like underground excavations to
protect them against rock falls.
69 Indemnity Bond:
NAME OF WORK : “Water Supply Distribution Network Improvements for NRW
Reduction and Continuous Water Supply in ABD Area and
Performance based Operation and Maintenance for 7 years
including Defect Liability Period [DLP] of 2 years under
implementation of Smart City Mission in Tirupati”
The employees of the Contractor and the Sub-contractor in no case shall be treated as
the Department of the Department at any point of time.
(d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to
women employees in case of confinements or miscarriage etc.
(e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for
certain welfare measures to be provided by the contractor to contract labour and in case
the Contractor fails to provide, the same are required to be provided by the Principal
Department by Law. The Principal Department is required to take certificate of
Registration and the contractor is required to take license from the designated Officer.
The Act is applicable to the establishments or Contractor of Principal Department if they
employ 20 or more contract labour.
(f) Minimum wages Act 1948: The Department is supposed to pay not less than the
Minimum wages fixed by appropriate Government as per provisions of the Act if the
employment is a scheduled employment construction of Buildings, Roads, Runways are
scheduled employments.
(g) Payment of wages Act 1936: It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made form the wages of the workers.
(h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work
of equal nature to Male or Female workers and for not making discrimination against
Female employee in the matters of transfers, training and promotions etc.
(i) Payment of Bonus Act 1965: The Act Is applicable to all establishments employing 20
or more employees. The Act provides for payment of annual bonus subject to a
minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.
3500/- per month or less. The bonus to be paid to employees getting Rs.2500/- per
months or above and up to Rs.3500/- per month shall be worked out by taking wages as
Rs.2500/- per monthly only. The Act does not apply to certain establishments. The
newly set-up establishments are exempted for five years in certain circumstances. Some
of the State Governments have reduced the employment size from 20 to 10 for the
purpose of applicability of this Act.
71.a.2 In the event of an accident in respect of which compensation may become payable under
the workmen’s compensation Act VIII 23 whether by the contractor, by the Government
it shall be lawful for the Executive Engineer to retain such sum of money which may in
the opinion of the Executive Engineer be sufficient to meet such liability. The opinion of
the Executive Engineer shall be final in regard to all matters arising under this clause.
71.a.3 The contractor shall at all times indemnify the Govt. of A.P. against all claims which may
be made under the workmen’s compensation act or any statutory modification thereafter
or rules there under or otherwise consequent of any damage or compensation payable in
consequent of any accident or injuries sustained or death of any workmen engaged in the
performance of the business relating to the contractor.
72 Relationship:
Contractor shall have to furnish information along with tender, about the relationship he
is having with any officer of the Department, Government of Andhra Pradesh / TSCCL
Authority of the rank Assistant Engineer and above engaged in the work and any office r
of the rank of Assistant Secretary and above of the Department of Government of
Andhra Pradesh / TSCCL Authority.
78 Steel/Plywood forms:
Steel/ Plywood forms should be used for all items involving and use of centering and
shuttering shall be single plane without any dents and undulations.
79 Inconvenience to public:
The contractor shall not deposit materials at any site, which will cause inconvenience to
public. The Engineer-in-Charge/ Employer / Employer’s Representative may direct the
contractor to remove such materials or may undertake the job at the cost of the
contractor.
80 Conflict of interest:
Any bribe, commission, gift or advantage given, promised or offered by on behalf of
contractor or his partner, agent or servant or any one on his behalf to any officer,
servant, representatives, agents of Engineer-in-Charge/ Employer / Employer’s
Representative, or any persons on their behalf, in relation to the obtaining or to
83 Security measures:
a) Security requirements for the work shall be in accordance with the Government’s
general requirements including provisions of this clause and the Contractor shall
conform to such requirements and shall be held responsible for the actions of all his
staff, employees and the staff and employees of his sub-contractors.
b) All contractors’ employees, representatives and sub-contractor’s employees shall wear
identifications badges provided by the contractor. Badges shall identify the contractor,
84 Firefighting measures:
a) The contractor shall provide and maintain adequate firefighting equipment and take
adequate fire precaution measures for the safety of all personnel and temporary and
permanent works and shall take action to prevent damage to destruction by fire of trees
shrubs and grasses.
b) Separate payment will not be made for the provision of fire prevention measures.
85 Sanitation:
The contractor shall implement the sanitary and watch and ward rules and regulations
for all forces employed under this contract and if the Contractor fails to enforce these
rules, the Engineer-in-Charge/ Employer / Employer’s Representative may enforce
them at the expenses of the Contractor.
86 Training of personnel:
The contractor, shall, if and as directed by the Engineer-in-Charge/ Employer /
Employer’s Representative provide free of any charge adequate facilities, for vocational
training of Government Officers, students, Engineers, supervisors, foremen, skilled
workmen etc. not exceeding six in number at any one time on the contractor’s work.
87 Ecological balance:
a) The contractor shall maintain ecological balance by preventing de-forestation, water
pollution and defacing of natural landscape. The contractor shall so conduct his
construction operation as to prevent any unnecessary destruction, scarring, or defacing
of the natural surroundings in the vicinity of the work. In respect of the ecological
balance, Contractor shall observe the following instructions.
i) Where unnecessary destruction, scarring, damage or defacing may occur, as
result of the operation, the same shall be repaired replanted or otherwise
corrected at the contractor’s expense. The contractor shall adopt precautions
when using explosives, which will prevent scattering of rocks or other debris
outside the work area. All work area including borrow areas shall be
smoothened and graded in a manner to conform to the natural appearances of
the landscape as directed by the Engineer-in-Charge/ Employer / Employer’s
Representative.
ii) All trees and shrubbery which are not specifically required to be cl eared or
removed for construction purposes shall be preserved and shall be protected
from any damage that may be caused by the contractor’s construction operation
and equipment. The removal of trees and shrubs will be permitted only after
prior approval by the Engineer-in-Charge/ Employer / Employer’s
Representative. Special care shall be exercised where trees or shrubs are
exposed to injuries by construction equipment, blasting, excavating, dumping,
chemical damage or other operation and the contractor shall adequately protect
such trees by use of protective barriers or other methods approval by the
Engineer-in-Charge/ Employer / Employer’s Representative. Trees shall not be
used for anchorages. The contractor shall be responsible for injuries to trees
and shrubs caused by his operations. The term “injury” shall include, without
limitation bruising, scarring, tearing and breaking of roots, trunks or branches.
All injured trees and shrubs be restored as nearly as practicable without delay to
their original condition at the contractor’s expense.
97 Income tax;
a) During the currency of the contract deduction of income tax shall be made from the
gross value of each bill of the contract, the contract value of which is in excess of
Rs.10,000/- for deduction of tax procedure stipulated under section 194-C(4) of Income
Tax Act, 1961 and applicable as per the prevailing Government Orders & Circulars on
total value of the contract
b) Income Tax will be recovered as per rules in force.
c) Income Tax clearance certificate should be furnished before the payment of final bill.
d) The contractor’s staff, personnel and labour will be liable to pay personnel income taxes
in respect of their salaries and wages as are chargeable under the laws and regulations
for the time being in force, and the contractor shall perform such duties in rega rd to
such deductions thereof as may be imposed on him by such laws and regulations.
101 Labour CESS: As per the Building and other Construction Workers Welfare CESS Act,
1996, Section 3 of CESS Act, read with rule 4(3) of the cases rules and in accordance with
S.O.No.2899, dt.28-03-1996 of Government of India, 1% CESS will be deducted from the
bills paid for works from the contractor. The deducted amount will be remitted by way of
challan to be payable in any branches of Andhra Bank to the savings Bank Account No.
805015 of the labour Commissioner office Extension counter (code No. 9039) as per the
procedure prescribed under G.O.Ms.No.42 of LET&F Department, dt.30-04-2007.
103 In respect of EPC works the conventional Schedule- A giving the quantities against each
item of work is dispensed with. Only project information regarding project features, major
components as available are given in project profile of bid documents. Scope of work and
basic project parameters of the project and deliverables shall be defined in the bid
documents. The bidders shall review the data / information provided in bid documents
and satisfy themselves. Any doubts shall be got cleared in pre bid meeting. The contractor
shall quote the bid price in lump-sum after careful analysis of cost involved for the
performance work considering all basic parameters, specifications and conditions of
contract The bid offer shall be for the whole work and not for individual item / part of
work. The bidder shall quote for the entire work on a single source responsibility basis.
The cost of all items of work necessary to achieve the objective as set out in the basic
parameters shall be included in the bid price. The total cost of work shall be mentioned.
104 In respect of EPC works the execution shall be strictly in accordance with bid conditions.
Contractors shall not deviate from basic parameters of the project to reduce his costs. EPC
being a turnkey system extra items / financial claims on the department contingent to the
work other than price adjustments shall not be considered.
The Government of Andhra Pradesh has taken up large number of Drinking Water Supply
Projects to bring the water supply position to the standards of CPHEEO. Government has also
taken up Under Ground Drainage, Storm Water Drainage, and Solid Waste Management Pr ojects
in different ULBs to improve the standard of living of the people. Most of the projects are being
grounded and are at various stages of progress. As the projects are to sustain for number of
decades, Quality Control assumes an important role. Maintenance of Quality of Projects is a
continuous process and has to be ensured and assured by the executing agency under EPC
System, construction staff, Department Quality Control and the third party Quality Control
agencies wherever appointed.
The following guidelines are drafted with reference to the roles and responsibilities of filed staff,
quality control staff and 3 rd party quality control agencies, procedure for recording of work
executed in M Books for making payments to the contractors for the work executed every
month including maintenance of records and certification of quality of work executed and the
same may be followed to have a uniform procedure in maintaining the quality controls /
assurance in the project taken up under EPC turnkey system
A) The roles and responsibilities of field staff, Quality Control Staff and 3 rd Party Quality
Control Agencies.
I) FIELD STAFF
1) The field staff (construction staff) has to associate with the EPC agency while
conducting the tests. In case of necessity they may conduct tests independently
whenever required. Under EPC system the field staff play a vital role in quality
assurance of the works.
2) The field staff shall invariably check and produce all the following Records and
OK cards maintained by EPC Agency at the site to the Inspecting Officers.
A) Registers
1) Site Order
2) Register of Bench Marks
3) Material OK Register
4) Register of Foundations
Salient points on the Duties of the Construction Engineers under E.P.C. System:
Under E.P.C. System, the field Engineers are primarily responsible for Quality Assurance
of the work executed by them and conduct all field tests before allowing further work.
Shall check and produce to inspecting officers the following Records and O.K. Cards
maintained by the E.P.C. Agency.
A) Registers:-
1. Site order.
2. Register of Bench Marks.
3. Material O.K. Register.
4. Register of pipes, laying, jointing, and testing.
5. Register of foundations.
6. Register of placement of concrete, Embankment, Reinforcement and other test
reports.
7. Register of test reports of compressive strength of concrete specimens.
E.Es/S.Es have to check measure as per Codal provisions and rules in vogue.
Under E.P.C. System of contract, fortnightly Management Meetings with E.P.C. Agency by
the Superintending Engineer shall invariably discuss the Quality Assistance Aspects and
records in the Minutes of Meeting regularly.
b) If the designs and drawings are not submitted within the time frame, then
a penalty at the rate of Rs. 5,000/- (Rupees Five thousand only) per day
shall be charged for every day of delay.
e) Drawings and designs shall be in metric units. Calculations shall be neat and
clear, preferably typed and printed and supplemented by full explanatory notes
and sketches wherever required. All construction drawings of initial
submissions and final approval shall be in AutoCAD only.
f) If during the scrutiny of detailed design calculations and working drawings, any
changes therein which are found necessary in the opinion of the Employer /
Employer’s Representative, the same shall be incorporated without altering the
lumsum quotations. It is entirely the responsibility of the contractor to submit
properly prepared and completed designs in good time to enable the Employer /
Employer’s Representative to approve them in time.
k) The approved drawings and the design calculations of the Major Bridge shall be
the property of the Department.
l) The Contractor’s designer or consultant shall attend all the review meetings
conducted by Employer / Employer’s Representative from time to time without
any extra cost and shall also remain present as and when required during the
checking of designs for clarifications if required.
a) All drawings shall be made in latest version of AutoCAD and the soft copies on
CDs and six copies of prints of all approved drawings and “as built” drawings
shall be supplied by the Contractor free of cost as per the agreed programme.
b) Floppy diskettes CDs and six copies of all design calculation shall be submitted
as per agreed programme.
c) “Maintenance Manual” describing access arrangements, important obligatory
precautions from the point of view of structural safety, and procedure for minor
and major repairs of each component of the Major Bridge, renewals of finishes
and treatments periodically shall be supplied by the Contractor free of cost.
d) A “Quality Assurance Manual” covering designs and drawings, mix-designs,
materials, testing, soil and rock properties, statistical quality control, etc. shall be
prepared by the Contractor free of cost well before starting the work.
e) A “Construction manual” covering various aspects of construction methods,
difficulties faced and how they are overcome during execution etc., shall be
4.08 Disputes
In case of disputes arising between the Contractor and the authority approving the
designs, the matter may be referred to the Employer / Employer’s Representative. The
decision of the Employer / Employer’s Representative shall be final and binding on the
contractor.
Sl. No. Description
A) CIVIL WORKS:
Division – 1 … General Specifications
Division – 2 … Site Work
Division – 3 … Earth Work Excavation
Division – 4 … Masonry
Division – 5 … Plastering and Pointing
Division – 6 … Concrete
B) WATER SUPPLY
Division – 7 … Materials Required for Pipeline Works
Division – 8 … Laying and Jointing of Pipelines
Division – 9 … Pumping Machinery
Division – 10 … Clear Water Sump / G.L.S.R
EXCAVATION:
Classification of Excavation:
Except as other-wise provided in these specifications, material excavated will be
measured in excavation to the lines shown on the drawings or as provided in these
specification, and all materials so required to be excavated will be paid for at the
applicable prices bid in the schedule for excavation. No additional allowance above the
price bid in the schedule will be made on account of any of the material being wet.
Bidders and the contractors must assume all responsibility for deducting and concluding
(e) Payment:
Payment for excavation for structures will be made at the unit price per cubic meter bid
therefor in the Bill of quantities for excavation for structures. The unit price bid in the
bill of quantities for excavation for structures shall include the cost of all labour and
materials for coffer dam and other temporary construction, of all pumping and
dewatering, of all other work necessary to maintain the excavation in good order during
construction, of removing such temporary construction where required and shall
include the cost of disposal of the excavated material.
4.1 MATERIALS:
4.1.1 Stone for Masonry:
(a) General:
The stones used for stone masonry shall conform to the relevant specifications of Clause
4.1 of I.S 1597 (Part-I) 1967 code of practice for construction of stone Masonry Part-I
Rubble Stone Masonry.
The stone of the required quality shall be obtained from the quarries specified in the
lead chart appended to the Schedule. The common types of natural stones which are
generally used are Granite and other ingenious rocks, and shall be free from defects like
decay, cavities, cracks, flaws, sand, holes, soft seams, veins, and patches of soft or loose
materials or any other deleterious materials like iron oxide Organic Impurities etc. They
shall be free from rounded, worn or weathered surfaces or skin or coating which
prevents the adherence of mortar. All stones used shall be clean of uniform color and
texture, strong, hard and durable.
The percent of water absorption shall not exceed 5% by weight as determined in
accordance with I.S. 1124-1974.
The approval of the quarries by the Engineer-in-Charge shall not be constructed as
constituting approval of all or any of the stones collected from the deposits; and the
bidder will be held responsible for suitability of the stones used in the work.
(b) Cost:
The cost of collecting the stones for masonry will not be paid for separately and their
cost including the cost of quarrying, transporting, stacking, royalty Seigniorage charges
shall be included in the unit price per cubic meter bid therefor in the relevant item in the
bill of quantities.
(b) Cost:
The cost of collecting the bricks for masonry will not be paid for separately and their
cost including the cost of transporting, stacking, royalty Seigniorage charges shall be
included in the unit price per cubic meter bid therefore in the relevant item in the bill of
quantities.
4.1.4 Cement:
General:
As per clause 4 of I.S. 456-1978 for the purposes of these specifications, cement used
shall be any of the following with the prior approval of the Engineer-in-Charge Ordinary
Portland (OPC) – GRADES 43 & 53 Conforming to BIS : 811 : 12269 respectively (or)
Portland Pozzolana cement conforming to I.S. 1489 relevant amendments upto date.
The provisions of this paragraph apply to cement for use in cast -in-place concrete
required under these specifications. Portland cement required for items such as
concrete pipes, precast concrete structural members and other precast concrete
products, for grout and mortar and for other item is provided for in the applicable
paragraphs of these specifications covering the items for which such Portland cement is
required.
4.1.5 The water used in making and curing of concrete, mortar and grout shall be free from
objectionable quantities of silt, organic matter, injurious amounts of oils, acids, salts, and
other impurities etc., as per I.S. specification No.456-1978.
The Engineer-in-Charge will determine whether or not such quantities of impurities are
objectionable.
4.2 MORTAR
4.2.1 Preparation of Mortar:
Unless otherwise specified, the cement mortar used in Masonry works shall be cement
mortar mix MM5 (1:5) grade using minimum 288 Kgs. of cement per cubic meter of
mortar.
Mixing shall be done thoroughly preferably in a mechanical mixer. In such cases, the
cement and sand in the specified proportions shall be mixed dry thoroughly in the mixer
operated manually or by power.
Water shall be added gradually and wet mixing continued atleast for 3 minutes. Water
should not be more than that required for bringing the mortar to the required working
consistency of 90 to 130 milli meters as required in clause 9.11 of I.S. 2250-1981. The
mix shall be clean and free from injurious kind of soil, acid, alkali, organic matter or
deleterious substances.
TABLE 5 (A)
REQUIREMENTS OF GRADING FOR SANDS FOR EXTERNAL
PLASTERING AND RENDERING
For the purpose of indicating the suitability for use, the sand is classified as Class A and
Class B in accordance with the limits of grading. Class ‘A’ sands shall be used generally
for plastering and pointing, and when they are not available, Class ‘B’ sands may be used
with the approval of Engineer-in-Charge.
The procurement of sand for Mortar for plastering and pointing shall conform to the
specifications given in paragraph 6.2.5.
(b) Cost:
The cost of sand for mortar for plastering and pointing will not be measured and paid
separately, and the cost of sand including the cost of stripping, transporting and storing
and royalty charges shall be included in the unit price per Cubic meter bid therefor in
the relevant item of work in the Schedule ‘A’ for which this sand is required.
5.1.4 Water:
The specifications and conditions specified for procurement of water in paragraph 4.1.5
shall be applicable here also.
5.3.2 Laying of Plastering with Cement Mortar Mix MM.7.5 grade 20 mm thick:
The mortar used for plastering shall be stiff enough to cling and hold when laid. To
ensure even thickness and true surface, plaster shall be applied in patches of 150 mm x
150 mm of the required 20 mm thickness at nor more than 2 meters intervals
horizontally and vertically over the entire surface to serve as guides. The surface of
these guides shall be truly in the plane of the furnished plaster surface and truly plumb.
The mortar shall then be applied to the surface to be plastered between the guides with
a trowel. Each trowel full of mortar shall overlap and sufficient pressure shall be used to
force it into thorough contact with the surface. On relatively smooth surfaces, the mortar
shall be dashed on with the trowel to ensure adequate bond. The mortar shall be applied
to a thickness slightly more than that specified, using a string, stretched out between the
guides. This shall then be brought to a true surface by working with a long wooden float
with small sawing motion. The surface shall be periodically checked with a string
stretched across it. Finally the surface shall be rendered smooth with a small wooden
float, over working shall be avoided. All corners, arises, and junctions shall be brought
truly to a line with any necessary rounding or chamfering.
If it is necessary to suspend the work at the end of the day, it shall be left in a cle an
horizontal or vertical line not nearer than 150 millimeters for any corner or arises or on
parapet tops or on copings etc. When recommending the work, the edges of the old work
shall be scraped clean and treated with cement slurry before the new plaster is laid
adjacent to it. After the first coat is done, it shall be kept undisturbed for the next 24
hours and thereafter kept moist and not permitted to dry until the final rendering is
applied.
After the plaster has sufficiently hardened cement slurry with cream like consistency
shall be applied as thinly and evenly and rubbed to a fine condition.
The finished surface shall be cured with water for a period of 10 days.
5.4.2 Flush Pointing with Cement Mortar Mix MM. 7.5 Grade for Rubble Masonry:
The pointing to be done shall be flush pointing with cement mortar mix MM. 7.5 grade.
The mortar shall be pressed into the raked out joints according to the types of pointing
required. The mortar shall not be spread over the corners, edges or surface of the
masonry. The pointing shall then be finished as detailed below. The mortar shall be
finished off flush and level with the edges of the stones, so as to give a smooth
appearance. The edges shall be neatly trimmed with a trowel and a straight edge.
The pointing shall be cured for seven days.
Pointing:
The measurement for pointing will be in units of square meters, and it shall be paid at
the relevant unit prices per ten square meters bid in the schedule Bill of quantities
which unit price shall include the cost of materials, their conveyance, charges for
preparation of mortar including mixing charges and charges for performing the pointing
work as illustrated in this division, including curing.
ii) For plan concrete work, slump requirements mentioned in item - (i) above are
applicable.
If the specified slump is exceeded at the placement, the concrete is unacceptable. The
Engineer-in-Charge reserves the right to require lesser slump whenever concrete of
such lesser slump can be consolidated readily into place by means of vibration specified
by the Engineer-in-Charge. The use of any equipment which will not readily handle and
place concrete of the specified slump will not be permitted.
To maintain concrete at proper consistency, the amount of water and sand batched for
concrete shall be adjusted to compensate for any variation in the m oisture content or
grading of the aggregates as they enter the mixer. Addition of water to compensate for
stiffening of the concrete after mixing but before placing will not be permitted.
Uniformity in concrete consistency from batch to batch will be required.
6.2.2 Concrete Quality Control Measures and Concrete Quality Assurance Test
Programme.
(a) Concrete Quality Control Measures: The bidder shall be responsible for providing
quality concrete to ensure compliance of the bid requirements.
(b) Concrete Quality Assurance Programme: The concrete samples will be taken by the
Departmental Engineers and its quality will be tested in the departmental laboratory as
per the relevant Indian Standard Specifications I.S. No. 516 -1959 and I.S. 1199-1959.
6.2.3 Cement:
General:
Shall conform to paragraph 4.1.4.
Quality:
The sand shall consist of clean, dense, durable, un-coated rock fragments, as per I.S.383-
1970. Sand may be rejected if it fails to meet any of the following quality requirements.
Organic impurities in Sand: Color no darker than the specified standard in clause 6.2.2 of
I.S 2386 (Part-II) 1963. (Indian Standard method of test for aggregates for clearance
Part-II estimation of deleterious materials and organic impurities).
Sodium Sulphate Test for Soundness: The sand to be used shall pass a Sodium of
Magnesium Sulphate accelerated test as specified in I.S. 2386 (Part -V) 1963 for limiting
loss of weight.
Deleterious Substances:
The amounts of deleterious substances in sand shall not exceed the maximum
permissible limits prescribed in Table I Clause 3.2.1 of I.S. 383-1970 (Indian Standard
specification for coarse and fine aggregate from natural sources for concrete when
tested in accordance with I.S. 2386-1963.
c) Grading:
The sand as batched shall be well graded and when tested by means of standards sieves
shall conform to the limits given in Table-4 of I.S. 383-1970, and shall be described as
fine aggregates, grading zones-I, II, III and IV. Sand complying with the requirements of
any of the four grading zones is suitable for concrete. But, sand conforming to the
requirements of grading Zone-IV shall not be used for reinforced cement concrete work.
Quality:
The Coarse aggregate shall consist of natural occurring (crushed or uncrushed) stones,
and shall be hard, strong, durable, clear and free from veins and adherent coating, and
free from injurious amounts of disintegrated pieces, alkali, vegetable matter and other
deleterious materials.
Coarse aggregate for mass concrete may be separated as previously herein specified.
Separation of the coarse aggregate into the various sizes shall be such that when tested
in accordance with I.S. 2386 (Part-I) 1963 shall conform to the requirements specified in
Table-3 of I.S. 383-1970.
Sieves used in grading tests will be standard mesh sieves conforming to I.S. 460 (Part-I)
– 1978 (Specification for test sieves Part-I wire cloth test sieves).
6.2.7 Mixing:
General:
The concrete ingredients shall be thoroughly mixed in mechanical mixers designed to
positively insure uniform distribution of all the component materials throughout the
concrete at the end of the mixing period. Mixing shall be done as per clause 9.3 of I.S.
456-1978. The mixer should comply with I.S. 1971-1968 (I.S. Specifications for batch
type concrete mixers).
The concrete as discharged from the mixer, shall be uniform in composition and
consistency from batch to batch. Workability shall be checked at frequent intervals as
per I.S. 1199-1969. Mixers will be examined regularly by the Engineer-in-Charge for
changes in conditions due to accumulation of hardened concrete or mortar or to wear of
blades. The mixing shall be continued until there is a uniform distribution of the
materials so that the mass is uniform in color and consistency and to the satisfaction of
the Engineer-in-Charge. If there is segregation after unloading, the concrete should be
remixed.
Any mixer that at any time produces unsatisfactory mix, shall not be used until repaired.
If repair attempts are unsuccessful, a defective mixer shall be replaced. Batch size sh all
Concrete Mixers:
Water shall be admitted prior to and during charging of mixer with all other concrete
ingredients. After all materials are in the mixer, each batch shall be mixed for not less
than the time specified by the Engineer-in-Charge. The minimum mixing time shall be 2
minutes. The minimum mixing time specified is based on average mixer performance.
The Engineer-in-Charge will adjust the minimum mixing time as required by the
observations of the mix delivered from mixer. Excessive over mixing which require
addition of water to maintain the required concrete consistency will not be permitted.
6.2.8 Forms:
General:
Forms shall be used wherever necessary, to confine the concrete and shape it to the
required lines. The bidder shall set and maintain concrete forms so as to insure
completed work is within the applicable to clearance limits prescribed in clause 10 of I.S
456-1978. If a type of form does not consistently perform in an acceptable manner, as
determined by the Engineer-in-Charge, the type of form shall be changed and method of
erection shall be modified by the bidder subject to approval by the Engineer -in-Charge.
Plumb and string lines shall be installed before, and maintained during concrete
placement. Such lines shall be used by the bidder’s personnel and by the Engineer -in-
Charge and shall be in sufficient number and properly installed as determined by the
Engineer-in-Charge. During concrete placement, the bidder shall continuously monitor
plumb, and string line, form positions and immediately correct deficiencies.
Forms shall have sufficient strength to with stand the pressure resulting from placement
and vibration of the concrete and shall be maintained rigidly in position. Where form
vibrators are to be used, forms shall be sufficiently rigid to effectively transmit, energy,
form the form vibrators to the concrete, while not damaging or altering the positions of
forms. Forms shall be sufficiently tight to prevent loss of mortar from the concrete.
Chamfer strips shall be placed in the corners of forms and at the top of walls placements
to produce levelled edges on permanently exposed concrete surfaces. Interior a ngle of
intersecting concrete surface and edges of construction joints shall not be levelled
except where indicated on the drawings.
The form work shall be of well-seasoned timber or steel. When timber forms are used,
they shall be lined with M.S sheet or other suitable smooth faced non-absorbent material
as specified. Supports may be of timber or steel. Suitable wedges in pairs to facilitate
adjustment and subsequent releasing of forms shall be provided preferably at the upper
end of the supports. The details of the proposed form work and supports shall be
submitted to the Engineer-in-Charge and got approved before erection.
In case of columns, retaining walls or deep vertical component, the height of the column
shall facilitate any placement and compaction of concrete and suitable arrangement may
be made for securing the form to the already poured concrete for placing the subsequent
lifts. No steel ties or wires used for securing this form work shall be left exposed on the
face of the finished work.
Suitable inserts for blockouts for electrical and other service fixtures where necessary
shall be provided in the required locations as specified.
Removal of Forms:
The stripping of form work shall be conform to clause 10.3 of I.S. 456-1978. The bidder
shall be liable for damage and injury caused by removing forms before the concrete has
gained sufficient strength. Forms on upper sloping faces of concrete such as forms on
To avoid excessive stresses in concrete that might result from swelling of forms, wood
forms for wall openings shall be loosened as soon as the loosening can be accomplished
without damaged to the concrete. Forms shall be removed with care so as to avoid injury
to the concrete, and any concrete so damaged shall be repaired in accordance with
paragraph 6.2.16.
Cost:
The cost of furnishing all materials and performing all work for constructing forms,
including any necessary treatment or coating of forms shall be included in the applicable
prices bid in the schedule for the items of concrete for which the forms are used.
Materials:
Unless shown otherwise on the drawings, the reinforcement to be used shall be or High
Yield strength deformed (H.Y.S.D) bars of grade Fe-415 conforming to I.S.
1786-1979 (IS. Specifications for High Yield strength deformed steel bars and wires for
concrete reinforcement).
Placing:
Reinforcement shall be bent and fixed in accordance with the procedure specified in I.S.
2502-1963 (code of practice for bending and fixing of bars for concrete reinforcement).
All reinforcement shall be placed and maintained in the position shown in the drawings,
splices shall be located where shown on the drawings provided that the location of the
splices may be altered subject to the written approval of the Engineer -in-Charge.
Subject to the written approval of the Engineer-in-Charge, the bidder may for his
convenience, splice bars at additional locations other than those shown on the drawings.
All additional splices allowed shall be at the expense of the bidder. In order to me et
design and space limitation. On splicing, some bent bars may exceed usual clearance
cutting and bending of such bars from stock lengths may be required at the site.
Unless otherwise prescribed, placement dimensions shall be to the center lines of the
bars. Reinforcement will be inspected for compliance with requirements as to size,
shape, length, splicing, position, and amount after it has been placed, but before being
covered with concrete.
Before reinforcement is embedded in concrete, the surfaces of the bars and the surfaces
of any supports shall be cleaned of heavy flaky rust, loose mill scale, dirt, grease or other
foreign substances which in the opinion of the Engineer-in-Charge, are objectionable.
Heavy flaky rust that can be removed by firm rubbing with burlap, or equivalent
treatment is considered objectionable.
As specified in Clause 11.3 of I.S. 456-1978 unless otherwise specified by the Engineer-
in-Charge, reinforcement shall be placed within the following tolerances:
The cover in no case be reduced by more than one third of specified over or 5 mm
whichever is less.
Reinforcement shall be securely held in position so that it will not be displa ced during
the placing of the concrete and special care shall be exercised to prevent any
disturbance of the reinforcement in concrete that has already been placed. Welding of
bars shall be done as directed by the Engineer-in-Charge and in conformity with the
requirements of clause 11.4 of I.S 456-1978. Chairs, hangers, spacers and other supports
for reinforcement shall be of concrete, metal or other approved material. Concrete over
shall be as shown on the drawings.
Prior to beginning concrete placement, the bidder shall make ready, a sufficient number
of properly operating vibrators and operators, and shall have readily available
additional vibrators to replace defective ones during the progress of the placement. The
Engineer’s representative at the placement may require that the bidder delay the start of
the concrete placement until the number of working vibrators available is acceptable.
(b) Foundation Surface: All surfaces upon or against which concrete is to be placed shall
be free from frost, ice, water, mud and debris.
Rock surfaces shall be free from oil, objectionable coatings, and loose, semidetached and
unsound fragments. Immediately prior to placement of concrete, surfaces of rock shall
be washed with an air water jet and shall be brought to a uniform su rface dry
conditions.
When the work has to be resumed on a surface which has hardened such surface shall
be roughened. It shall be swept clean and thoroughly wetted. For vertical joints neat
cement slurry shall be applied on the surface before it is dry. For horizontal joints the
surface shall be covered with a layer of mortar about 10 to 15 mm thick composed of
cement and sand in the same ratio as the cement and sand in concrete mix. This layer of
cement slurry or mortar shall be freshly mixed and applied immediately before placing
of the concrete.
6.2.12 Placing:
General:
The Bidder shall notify the Engineer-in-Charge before batching begins for placement of
concrete. Placing shall be performed only in the presence of an authorized
Engineer’s representative. Placement shall not begin until after all preparations are
complete to the satisfaction of the Engineer-in-Charge.
Retampering of concrete will not be permitted. Any concrete which has becomes so stiff
that proper placing cannot be assured shall be wasted.
Concretes shall not be placed in standing water except with written permi ssion of the
Engineer-in-Charge and the method of placing shall be subject to approval. Concrete
shall not be placed in running water and shall not be subjected to running water until
after the concrete has hardened.
Concrete shall be deposited as nearly as practical in its final position and shall not be
allowed to flow in such a manner that the lateral movement will cause segregation of the
coarse aggregate from the concrete mass. Methods and equipment employed in
depositing concrete informs shall minimize clusters of coarse aggregate. Clusters that
occur shall be scattered before the concrete is vibrated.
Forms shall be constantly monitored and their position adjusted as necessary during
concrete placement in accordance with paragraph 6.2.8.
The placing of concrete shall be in accordance with clause 12.2 of I.S.45 6-1978.
If concrete is placed monolithically around openings having vertical dimensions greater
than 60 cm. or if concrete in decks, floor slabs or other similar parts of structures is
placed monolithically with supporting concrete, the following requirem ents shall be
strictly observed.
Concrete shall be placed upto the top of the formed openings at which point further
placement will be delayed to accommodate settlement of fresh concrete. If levels are
specified beneath nearly horizontal structural members such as decks, floor slabs,
beams and girders, such bevels being between the nearly horizontal members and the
vertical supporting concrete below, concrete shall be placed to the bottom of the levels
before delay of placement.
The last 60 cm or more of concrete placed below horizontal members of levels shall be
placed with a 50 mm or less slump and shall be thoroughly consolidated.
A cold joint is an unplanned joint resulting when a concrete surface hardens before the
next batch is placed against it. Cold joints will be allowed only in the event of equipment
breakdown or other unavoidable prolonged interruption of continuous placing. If such
unavoidable delays in placing occur which make it appear that unconsolidated concrete
may harden to the extent that alter vibration will not fully consolidate it, the Bidder shall
Concrete shall not be placed in rain sufficiently heavy or prolonged to wash mortar from
concrete. A cold joint may necessary result from prolonged heavy rainfall.
The bidder shall not be entitled to any additional payment, over the unit prices bid in the
schedule for concrete, by reason of any limitation in the placing of concrete required
under the provisions of this paragraph.
b) Transportation:
The transportation of concrete to clause 12.1 of I.S.456-1978.
c) Consolidation:
The consolidation of concrete shall conform to clause 12.3 of I.S. 456-1978
Concrete shall be consolidated by vibrators. The vibration shall be sufficient to remove
the undesirable air voids from the concrete, including the air voids trapped against the
forms. After consolidation, the concrete shall be free of rock pockets and honey bomb
areas and shall be closed snugly against all surfaces of forms and emb edded materials.
All concrete shall be properly consolidated before it hardens.
Interior surface shall be sloped for drainage where shown on the drawings or as
directed. Surfaces which will be exposed to the weather, and which would normally be
level, shall be sloped for drainage.
Floating may be performed by use of hand or power driver equipment. Floating shall be
started as soon as the screeded surface has stiffened sufficiently and shall be the
minimum necessary to produce a surface that is free from screed marks and is uniform
in texture. Joints and edge shall be tooled where shown on the drawings or as directed.
6.2.14.Protection:
The bidder shall protect all concrete against damage until final a cceptance by the
Engineer-in-Charge.
The Bidder shall provide protection to prevent erosion to fresh concrete whenever
precipitation either periodic or sustaining is imminent or occurring.
When precipitation appears imminent, the bidder shall immediately make ready at the
placement site all materials, which may be required for protection of fresh concrete. The
Engineer-in-Charge may delay placement of concrete until adequate provisions for
protection against weather are made.
All fresh concrete surfaces shall be protected from contamination and from foot traffic
until the concrete has hardened. Hardened concrete surfaces which have to receive
Concrete curing membranes shall be kept intact, and other curing materials and process
shall be maintained as necessary to assure continuous curing for a minimum specified
curing time. Protection of curing membranes and other curing methods shall be as
described in paragraph 6.2.15.
6.2.15. Curing :
a) General :
The Bidder shall furnish all materials and perform all work required for curing
concrete. The curing of concrete shall conform to clause 12.5 to I.S. 456 -1978
and clause 5.8. IS.. 3873 – 1978.
The unformed top surfaces of bridges or culvert decks shall be cured for 28 d ays
with damp sand cover or curing mat cover. The sand or curing mats shall not be
kept so wet as to allow water to drain from them and stain other concrete. The
sand or curing mats shall be removed after the expiry of the curing period.
Forms shall be removed within 24 hours after the concrete has hardened
sufficiently conforming to clause 10.3 of I.S. 456-1978, to prevent structural
collapse or other damage by careful from removal. Where required, repair of all
minor surface imperfections shall be made immediately after form removal and
prior to curing. Minor surface repair shall be completed within 2 hours after
b) Materials:
Concrete cured with water shall be kept wet for atleast 28 days from the time
the concrete has obtained sufficient set to prevent detrimental effects to the
concrete surfaces. The concrete surfaces to be cured shall be kept wet by
covering them with water-saturated material by using a system of perforated
pipes, mechanical sprinklers or porous-hose, or by other methods which will
keep all surfaces continuously (not periodically) wet. All curing methods are
subjected to approval of Engineer-in-Charge.
c) Cost:
The cost of furnishing all materials and performing all work for curing concrete
shall be included in the price bid in bill of quantities for the concrete on which
the particular curing methods are required.
b) Types of Repair:
All repairs shall be made with concrete. Repairs to concrete surfaces and
addition were required shall be made by cutting regular opening into the
concrete and placing fresh concrete to the required lines. The chipped openings
shall be sharp and shall not be less than 70mm in depth. The fresh concrete shall
be reinforced and chipped and trawled to the surface to the surface of the
openings. The mortar shall be placed in layers not more than 20 mm in thickness
after being compacted and each layer shall be compacted thoroughly. All
exposed concrete surfaces shall be cleaned of impurities, lumps of mortar or
grout and unsightly stains.
7.1 Pipes :
The Pipes required to be supplied for the works shall conform to the following I.S.
specifications depending upon the nature of material for pipe specified i n the bid
document.
The pipes supplied shall be subjected to all the tests specified in the relevant I.S.
specifications before delivering at site and the manufacturer’s test certificate to this
effect shall accompany each consignment delivered at site. In addition, the pipes shall be
got tested by the Inspectorate of Director General of Supplies and Disposals at the
manufacturer’s factory site and the relevant test certificate shall also be produced along
with each consignment. The charges for conducting the tests shall be borne by the
bidder only and these charges are not reimbursable by the employer. For PSC pipes the
test indicated in clause of I.S. 784-59, 458-88 and 3597-85 are to be followed.
A list of firms that are on the approved list of suppliers to the Department will be
Supplied on request. The bidder is at liberty to procure the pipes from any of the firms
in the approved list of suppliers but the responsibility for the pipes conforming to the
relevant I.S. specifications shall solely rest with the bidder only.
The bidder’s rates for relevant items shall include not only the cost of pipes and taxes
thereon and testing charges but also the charges for transportation to site and all
subsequent handling and other incidental charges.
7.2.2. The M.S. special required for use on P.S.C. pipes are to be manufactured as per IS: 1916 -
63 the material for manufacture of M.S. specials should continue to IS:226-75, 2062-80.
7.2.3. The caste-iron specials required on the job are indicated in the relevant plans contained
in Vol-IV of bid documents. While sufficient care is taken by the Employer to furnish as
accurately as possible the specials required, the bidder is advised to inspect the
alignments and satisfy himself about the sufficiency or otherwise of the special
indicated, before quoting for the work. Any additional specials required on the work not
arising out of any changes made by the employer in terms of Section 2, CI. 28.1 of Vol.1
shall be provided by the bidder at no extra cost.
7.2.4. A list of firms which are on the approved list of suppliers to the Department will be
issued on request. The bidder is at liberty to procure the specials from any of the firms
in the approved list of suppliers but the responsibility for the specials conforming to the
relevant I.S. specifications shall solely rest with the bidder only. The other conditions
contained in paragraphs 7.1 above shall be applicable to the C.I. specials also.
The other conditions contained in paragraphs above shall be applicable to the sluice
valves also.
7.4.2. The other conditions contained in paragraphs 7.1.4. shall be applicable to the air valves
also.
A list of firms which are on the approved list of suppliers to the department is given in
Appendix ‘C’. The bidder is at liberty to procure the C.I. detachable joints from any of the
firms in the approved list of suppliers, but the responsibility for their conformity to the
I.S. specifications and giving a water tight joint shall solely rest with the bidder only.
The other conditions contained in paragraphs 7.1 shall be applicable to the C.I.
detachable joints also.
I.S. 5382 of 1969 : For C.I. Pipes, R.C.C. Pies, A.C. Pipes with C.I.D.
joints.
I.S. 10292 of 1986 : For A.C. pipe with A.C. Couplings.
I.S. 5382 of 2000 : For D I. Pipes.
8.2. Materials:
The materials used shall conform to the relevant specifications mentioned in Division -7.
The surplus materials if any, left over due to additional purchase against possible
breakages etc. will not be takeover by the department and payment will be restricted to
the materials actually used on work.
8.5. Jointing:
Before commencing jointing, the pipes shall be cleaned, the joints and the ends of the
pipes shall be cleaned, preferably with a hard wire brash to remove loose particles.
Where jointing is done using rubber ring, care should be taken to see that the rubber
ring does not get twisted or deformed while pushing the ring into position. The jointing
for various types of pipes shall conform to the requirements of the relevant I.S.
specifications as detailed below:
1. A.C. Pressure Pipes : Clause 6 of I.S. 6530 of 1972.
2. R.C.C. Pipes : Clause 10 of I.S. 783 of 1959
3. C.I. pipes & D.I. pipes : Clause 5 of I.S. 3114 of 1965.
4. PSC Pipes : Clause 10 of I.S. of 1985.
5. I.S. 12709 – 1994 for G.R.P. pipes.
6. I.S. 4984 – 1995 for HDPE pipes.
7. I.S. 5822 – 1994 for MS pipes.
In portions of the pipelines, where the pipes have developed cracks or sweating, such
pipes shall be removed and re-laid with new pipes and the pipelines re-tested to the
entire satisfaction of the Engineer-in-Charge. No extra payment will be made on this
account. The bidder has to make his own arrangement for procurement of the required
testing apparatus. The pressure gauge used with the testing apparatus shall be subjected
to such test as the Engineer-in-Charge deems fit to ensure the accuracy of the gauge.
8.9. Refilling:
After the pipelines are laid, jointed and tested in conformity to the relevant I.S.
specifications and to the satisfaction of Engineer-in-Charge the pipeline trenches should
The pumping machinery of the prescribed type and capacity should be supplied erected and
commissioned including maintenance for a period of 30 days working @ 8 hours per day at
optimum conditions so as to perform the required characteristics. The scope includes getting
approval to the lay out drawings etc. by Chief Electrical Inspector and incoming and outgoing
power connections.
The motor should be of reputed make, preferably Crompton Greaves / G.E.C. / N.G.E.F. /
Kiroloskar Jyothi /Jyothi / ABB / Siemens (or) any other reputed make specifically approved by
Department confirming to IS 12615-2011 .
Vacuum gauge on the suction side and pressure gauge on the deliver side of suitable range shall
be fixed.
Suitable Valves:- Air Valve / Gate Valves / Surge Valves of Make VAG / Sigma Flow / ARI / AVK /
Durga any other reputed make specifically approved by Department
D.O.L / Star Delta / Auto transformer Starter of L & T / BCH / Siemens / Kirloskar Make
(or) any other reputed make approved by Department.
Required spares for motors, pumps, starters and switches for continuous operation for a
period of three years shall be supplied.
Operating tools as detailed below for routine maintenance of the pumps and motors
shall be supplied. The tools shall be mounted on T.W. board and shall be provided with a
door with weld mesh and lock and key arrangement. Tools are : Ring spanner 3/16 “to
1” set double ended spanners. 3/16 “to 1” – set. pipe wrenches 18” long –1 pipe
Wrenches 24” long-1”, Insulated cutting plier (8”,10”) – 2 Nos, 2 Kg, hammer – 1 Kg. 1
No, nose plier 8”-1, flat rough file with handle 10”-1, half round smooth file with handle
10”-1, Round rough file with handle 10”-1, Adjustable spanner 6”-1, Adjustable spanner
10”-1.
9.3. ERECTION:
9.3.1. In the case of centrifugal pumps the pump set should be fixed on to the standard base
plate fixed over concrete bed as per drawing and specified in division 6. The pumps
should be erected on a perfect horizontal plane without any tilt. The pipes, specials,
valves required for suction and delivery connections shall conform to I.S. specifications
as specified in Division 7. The suction and delivery pipes should be fixed without any
eccentricity duly cleaned. All the joints should be water tight without any loss of
pressure.
9.4. EARTHING:
All electrical fixtures shall be suitably earthend in accordance with I.E. Act, 1910 and
Rules there under as amended from time to time.
10.1. The construction should be done according to the specifications given under division
No.13 in case of overhead service reservoir.
10.1.2.The structure should be constructed in M 20 grade concrete duly using either shutter or
plywood centering and shuttering materials. Necessary steel reinforcements should be
provided in accordance with the drawings enclosed in the bid. Alternatively it can be
constructed in CRs masonry side walls. The stone masonry in general shall conform to
the requirements of I.S. 1527 code of practice for stone masonry and (part I) – 1967 for
rubble stone masonry and I.S. 1129-1972 specification for dressing natural building
stones curing should be invariably done as specified for a minimum period of 2 weeks
from the date of construction as per relevant I.S. specification and APSS.
The stone masonry side walls shall be plastered in CM MM 7.5, 2 mm thick both sides
finished smooth.
Wherever the G.L.S.R. / Sump is being constructed on hillocks or sheet rock, necessary
steel anchorage should be provided as directed by Engineer-in-Charge.
All the members which are in contact with water should be water tight. Necessary inlet,
outlet, Scour, and overflow arrangements may be provided while centering stage itself,
without allowing damage or drilling holes in the walls, slabs, etc., after construction.
The following accessories shall be provided to the structure as directed by Engineer -in-
Charge.
C.I. inlet, outlet, Scour, and overflow pipes of required diameter and length as per
specifications mentioned in Division 7.
C.I. light type Manhole cover of 600 mm dia. As per I.S. specifications No. 1726.
A pit of 0.5 x 0.5 mts. Size is to be provided within the floor to accommodate foot valve,
in case of clear water sumps.
11.2. MATERIALS:
11.2.1. Cement : Shall conform to the requirements of Section 4.1.4.
11.2.2. Water : Shall conform to the requirements of Section 4.1.5.
11.2.3. Sand (Fine Aggregate): Shall conform to the requirements of Section 6.2.5.
11.2.4. Coarse Aggregate : Shall conform to the requirements of Section 6.2.6.
11.2.5. Bricks : Shall conform to the requirements of Section 4.1.2.
11.2.6. Reinforcement : The steel to be used as reinforcement in the structure
shall conform to I.S. 1139-1966 in the case of mild steel
and I.S. 178-1979 (Grade Fe 415), in the case of deformed
bars or HYSD.
11.2.7. Cast Iron Pipes, : Shall conform to the relevant clauses of Section 7.
Specials, Manhole
Covers, Valves and
Jointing Material
11.2.8. Lightening Arrestor : Shall conform to the requirements of I.S. 3070-1794
11.2.9. Float operated Water : Shall conform the toe departmental requirements
level Indicator and gauge and shall include brass pulley, bracket, nylon thread,
numbered in MTs and 1/10 th of MT with moving index
etc.
11.5. CONCRETE:
11.5.1. General : The cement concrete work to be carried out
under this contract shall conform to the
general requirements detailed in Section 6.
11.5.2. Constructional Requirements : The construction of the structure shall
conform to the requirements of I.S. 3330 Part,
II and IV.
11.5.3. Leveling Course, : The concrete to be used shall be of M 10 Grade
conforming to I.S. 456-1978.
11.5.4. Footings, Columns braces, : The concrete to be used for these members
R.C.C. ladders and staircase shall be M 15 grade, unless otherwise
specifically mentioned in the drawing,
conforming to I.S.456-1978.
11.5.5. Other Members : The concrete to be used for the rest of the
members like floor slab/done, beams, side
wall, roof slab/dome shall be of M 20 grade
conforming to I.S. 456-1978.
11.6. MASONRY PITS:
The masonry pits shall be constructed for access to the operating valves as shown in the
departmental drawings. The various items involved like concrete in foundations,
masonry for side walls, plastering in cement mortar cover slabs in RCC etc., shall
conform to the relevant sections in this volume.
11.8.2. The M.S. ventilators shall be fixed as directed by the Engineer -in-Charge or his
authorized representative.
11.10. TESTING:
The structure after completion shall be subjected to water tightness test at fully supply
level, as laid down in clause 10 of I.S. 3370 (Part-I) – 1965. The filling of the reservoir
shall be gradual and not more than 15 cms. of raise in water level per day shall be
permitted. The structure shall satisfy the water tightness requirements as indicated in
clause 10.1.1 or 10.1.2 of I.S. 3370 (Part-I) – 1965 as the case may be.
11.11.FINISHING:
A smooth dense surface free from work ridges shall be ensured. After satisfactory
completion of testing of the reservoir for water tightness all external surfaces of
concrete shall be painted with two coats of snowcem cement of approved color and
quality over a printing coat as per the directions of the Engineer-in-Charge.
11.12. GUARANTEE:
The structure and all the appurtenant fixtures shall be guaranteed for satisfactory
functioning for a period of 12 months from the date on which all defects have been
rectified and the reservoir has been filled upto MWL and satisfies the water tightness
test mentioned in Clause 10.1.1. above.
Mechanical equipment for flow measurement devices including automatic reading and
recording type, agitating paddles for chemical house, flash mixer, clariflocculator Bridge
Mechanism, Paddles for agitation and collection of sludge, air blow equipment, pumps for
lifting the water for back wash, filter media of different grades of gravel and sand and
chlorination equipment (gravity feed type gaseous chlorinator), equipment for
laboratory like Model clariflocculator, PH compatible set, turbidity meter residual
chlorine testing apparatus, tools and plants for office and laboratory, hoist and for lifting
of dum blocks and chlorine cylinders spokes for motors, pumps, valve packing, tools set
etc.
12.2 Materials
The materials proposed to be used shall confirm to the relevant specifications.
The pipes, specials, laying, jointing and testing of pipes shall confirm to the specifications
mentioned in Division – 7.
The Motor should be of reputed make like Crompton Greaves, GE.C. / N.G.E.F. / Kirloskar
/ Jyothi Confirming to IS 325-78 and vacuum gauge the suction side and pressure gauge
on the delivery side of suitable range shall be fixed.
The panel boards, switches, accessories cables, wires, should strictly confirm to I.S.
specifications.
The erection and connection between the components should be done as per I.E. rules.
Required earthling arrangements should also be done in accordance with I.E. Act 1910.
The construction should be done according to specifications given under Division No. 11.
The structure should be constructed strictly following the I.S. codes for R.C.C. i.e. I.S.
458/1976 and for stone masonry works as per IS 1527 / 1967.
Cement shall confirm to the requirements of section 4.1.4.
Water shall confirm to the requirements of section 4.1.5.
Sand shall confirm to section 6.2.5.
Coarse aggregate shall confirm to section 6.2.6.
Brick shall confirm to section 4.1.2.
Reinforcement, bars shall confirm to section 11.2.6.
Site clearance shall confirm to section 11.3.
12.4 Concrete:
The concrete shall confirm to section 11.5.
12.7 Erection:
The erection shall be taken up in such a way that each components is completed at a time.
The mechanical equipment required for individual components as per programme of
execution should be brought to site and erected immediately after the completion of civil
works to give a water tight leak proof structure. No dumping of mechanical equipment is
allowed. However payment to the mechanical equipment will be made after erection.
After completion of erection of mechanical equipment the erection of electrical
equipment like motors, running of cables etc., are to be completed and tested.
12.8 Testing:
The testing of the R.C.C. structure which is in contact with water shall be tested as per
clause 11.10. However after completion of the testing of the civil structure and testing of
the electrical equipment, the bidder has to perform trial run at optimum level and give
performance for treated water as per relevant I.S.
12.9 Finishing:
Finishing of the building should be done to have a smooth dense surface free from work
ridges and all external surfaces shall be pointed with 2 coats of snow cem cement of
approved quality and colour over a primary coat as per the directions of the Engineer-in-
Charge.
All pipe lines should be made clean and given two coats of anticorrosive black paint.
12.11 Capacities :
The department will furnish the minimum capacities of individual com ponents based
upon which the bidder has to quote rate. The bidder is however instructed to verify the
sufficiency or otherwise of the capacities. The retention periods, side water depths,
surface loading, filtration rate, wash water consumption, air scour volume etc. are as per
annual on Water Supply and Treatment published by Ministry of works housing,
Government of India.
12.12 Payment:
The bidder has to quote % stage war payments for all civil structures commensurate
with actual work involved.
The payment for mechanical and electrical equipment for those components based on the
programme of execution will be made at 75% after receipt of material at site and
verification. The balance will be paid after erection and trial run. However these
payments are subject to deduction of bid security and other Government levies.
c) Alum Bins:
The shall be designed for holding 7 days requirement of alum cakes near solution tanks.
These have to be constructed the chemical house.
12.13.4 Clariflocculator:
The clariflocculator should have the following capacities.
Total Capacity m3
Floculator Capacity m3
Clarifier Capacity m3
The annular launder to receive clarified water shall be on the outside of the clarifier wall.
A suitable walkway with hand railing shall be provided alround the clarifloculator to
facilitate movement around the unit for maintenance purpose.
Ratio of the length to diameter of the lateral should not exceed 60.
Spacing of perforations along the material shall be 8 cms. for 5 mm. Perforation and 20
cms. for 12 mm perforation.
Ratio of the total area of the perforations in the under drainage system t o the total cross
sectional area of the laterals should not exceed 0.5 for perforation of 12 mm and should
decreases to 0.25 for perforations of 5 mm.
Ratio of the total area of the perforations in the under drainage system to the entire filter
area, may be about 0.3%.
Spacing of laterals closely approx. the spacing of offices and shall be 30 cm. for
satisfactory diffusion but limited by the total head available.
Rate of washing shall be 400 to 600 Lmp/Spm 9 (with air scour) for a period of 8 to 10
Minutes.
Ratio of cross sectional area of main fold to the total cross sectional area of the laterals,
should be between 1.5 to 2 (preferably 2)
d) General Requirements:
Walkway shall be provided around each filter, it shall be atleast 1.20 M. wide on all the
sides. The common walkway over the intermediate walls shall be atleast 1.50 M. Hand
railing shall be provided around the filters.
A notch shall be provided in the clear water canal of filters with free flow conditions. This
facilitates prevention of back flow from clear water reservoir. Wash water channel and
pure water channel shall be away from each other to avoid pollution. Otherwise the MWL
of the wash water channel shall be below the invert level of pure water channel. Wash
water troughs may be provided with M.S. Steel plates with lining inside and outside and
the section may be semi-circle. No pipes or specials shall be proposed in wash water
channel, to allow free flow of waste water. Glazed tiles shall be provided for each
inspection chamber.
Sufficient space should be provided to place weighing machine, suitable gas masks shall
also be provided at a special place. Only HDPE pipes shall be used for carrying water,
12.13.8 Laboratory:
The laboratory platforms at convenient level for keeping apparatus to carry out the
physical and chemical test with required cup board arrangement under the plat from
shall be provided. The platform shall be in Non Skid tiles of approved make & Quality. A
big sink shall be provided for washing the Laboratory equipment etc., glazed tilling shall
be provided for a height of 1 m. above the platform level. A water tap shall be provided
from wash water tank and G.I. pipe and 150 mm dia shall be provided to carry waste
water from the sink.
NOTE: The inlet and outlet control system of the whole plant should
be capable of taking an over load of 25% and Filter losses of 5% for
23.50 working hours per day over the stipulated capacity.
NOTE:
1) The inlet and outlet control system of the entire plant should be capable of taking an
overload of 25% and Filtration losses of 5% for 23.50 working hours over the stipulated
capacity.
2) Since the plant is meant to treat the stored water, necessary treatment components to be
provided to maintain required oxygen levels in raw/ treated water.
3) Adequate number of ladder steps, walk ways, hand rails around filter beds, Inspection
chambers and Clarifloculator bridge etc., where required shall be provided. Inter connection
facilities shall be provided to move freely. The minimum moving space between the hand
rails should be maintained not less than 1.50 M on the moving bridge and on the operation
platform of the filter beds. The minimum width of walkway staircase should be of 1.50 Mts.
4) Care should be taken for allowing gravity flow of sludge for emptying sludge well by
adjusting the levels up to nearby disposal point.
5) Proper drainage arrangement alround the plant be provided.
6) The hydraulic structure should be complied with BIS specifications as well as standard
specifications for building structures and subjected variations and approval by the
competent authority.
7) The site of work should be leveled as directed by Departmental Officers in-charge of work.
8) All pipes in the plant shall be DI D/F materials.
9) All Valves should be DI Butterfly valves
13.1.2. The pipes supplied shall be subjected to all the tests specified in Section 9 and 10 of IS
8329:1994 before delivery at site and the manufacturer’s tests certificate to this effect
shall accompany each consignment delivered at site. In addition the pipes shall b e got
tested by the Inspectorate of D.G.S & D at the manufacturer’s factory site and the
relevant test certificate shall also be produced along with each consignment. The
charges for conducting the test shall be borne by the bidder only and these charges a re
not reimbursable by the employer.
13.1.3.Joints:
The type of joints shall be flexible push on Tyton joint with elastomeric gasket and it
should confirm to Sec. 5 of IS No. 8329:1994.
13.1.4. The size and mass of the pipes shall confirm strictly to clause 11 of I.S. 8329:1994.
13.1.5. The standard working length of the pipe shall confirm to clause 12 of IS 8329:1994.
13.1.6 A list of firms which are on the approved list of suppliers to the department is given in
Section ‘7’. The bidder is at liberty to procure the pipes from any of the firm in the
approved list of suppliers but the responsibility for the pipes confirming to the relevant
is specifications shall solely rest with the bidder only.
13.1.7 The bidders rate for relevant items shall include not only the cost of pipes and Texas
thereon and testing charges but also the charges for transportation to site and all
subsequent handling and other incidental charges.
13.2. Specials:
13.2.1. The D.I./C.I. specials to be supplied for use on the work shall confirm to IS 9523:1980
and 1538:1986 respectively
13.2.3 A list of firms which are on the approved list of suppliers to the department is given in
Section ‘7’. The bidder is at liberty to procure the specials from any of the firms in the
approved list of suppliers but the responsibility for the specials confirmation to the
relevant I.S. specifications shall solely rest with the bidder only. The other conditions
contained in para 7.1.4 above shall be applicable to C.I. special also.
14 .1 Pipes :
14.1.1. The pipes required to be supplied for the works shall confirm to the I.S. 4984:1995.
14.1.2. The pipes supplied shall be subjected to all the tests specified in IS 4985:1995 before
delivery at site and the manufacturer’s tests certificate to this effect shall accompany
each consignment delivered at site. In addition the pipes shall be got te sted by the
Inspectorate of D.G.S & D at the manufacturer’s factory site and the relevant test
certificate shall also be produced along with each consignment. The charges for
conducting the test shall be borne by the bidder only and these charges are not
reimbursable by the employer.
14.1.3. Joints:
The type of joints shall be done by Electro Fusion/Butt Fusion Welding confirming to
ISO 12176-1:1998 and ISO 12176-2:2000
14.1.4. The size and mass of the pipes shall confirm strictly to I.S. 4984:1995.
14.1.5. The standard working length of the pipe shall confirm to IS 4984:1995.
14.1.6 A list of firms which are on the approved list of suppliers to the department is given in
Section ‘7’. The bidder is at liberty to procure the pipes from any of the firm in the
approved list of suppliers but the responsibility for the pipes confirming to the relevant
is specifications shall solely rest with the bidder only.
14.1.7 The bidders rate for relevant items shall include not only the cost of pipes and Texas
thereon and testing charges but also the charges for transportation to site and all
subsequent handling and other incidental charges.
14.2.2. The HDPE specials required on the job are indicated in the relevant plans contained in
Vol4 of bid documents while sufficient care is taken by the employer to furnish and
accurately as possible the specials required, the bidder is advised to inspect the
alignment and satisfy himself about the sufficiency or other wise of the specials
indicated before quoting for the work. Any additional specials required on the work not
arising out of any changes made by the employer in terms of Sec.2. Clause 28.1 of Vol.1
shall be provided by the bidder at no extra cost.
14.2.3 A list of firms which are on the approved list of suppliers to the department is given in
Section ‘7’. The bidder is at liberty to procure the specials from any of the firms in the
approved list of suppliers but the responsibility for the specials confirmation to the
relevant I.S. specifications shall solely rest with the bidder only.
5.1 MATERIAL
a. General
All materials to be provided by the Contractors shall be in conformity with the
specifications, laid down in the contract and the Contractor shall if required by the
Employer / Employer’s Representative furnish proof about their suitability and fitness
to the entire satisfaction of the Employer / Employer’s Representative.
b. Storage of materials
i. All materials brought and kept at site of work by the Contractor or by his orders for
the purpose of forming part of the works are to be considered to be the property
of the Department and the same shall not to be removed or taken away by the
Contractor or any other person without the written permission of the Employer /
Employer’s Representative, but the Employer / Employer’s Representative shall
not to be responsible for any loss or damage which may occur to or in respect of
any such work or materials either by the same being lost or stolen or damaged by
weather or otherwise including natural calamities (flood, earthquake, rains, riots,
fire etc.).
ii. Materials required for the works shall be stored by the Contractor only at places, in
standard profiles and in the manner as approved by the Employer / Employer’s
Representative. Storage and safe custody of all materials shall be the sole
responsibility of the Contractor. Special care should be taken as per relevant
specification for storage of bitumen etc.
iii. Steel reinforcement shall be stored in such a way as to avoid distortion and to
prevent deterioration by corrosion where directed by the Employer / Employer’s
Representative in charge, the reinforcing bars shall be given cement wash before
stacking to prevent scale and rust at the expense of the Contractor and nothing
extra shall be paid by the department for these accounts.
v. Cement in bags shall be stored in separate godown with pucca floor and water
proof roofs etc. The cement bags shall be stacked and stored in accordance with
standard codes of practice.
vi. From commencement till completion, all materials and works shall be under the
safe custody of Contractor. The Contractor is solely responsible for and to make
good all injuries, damages and repairs accrued to or rendered necessary to the
same by fire, storm, rain, traffic or other causes and to hold the Employer /
Employer’s Representative indemnified from any claim for injuries to person or
for structural damage to property occurring from any neglect, default, want of
proper care or misconduct on the part of Contractor.
i. The Contractor at his own expense shall establish field laboratory with necessary
equipment to carry out tests such as grading of aggregate, fineness modulus of
sand, bulking of sand, silt content in sand, tests on cement and concrete etc. at the
site of work. The Contractor shall be required to provide appliances at site, such
ii. The materials such as water, sand, cement, aggregates, etc., to be used in the works
like concrete, masonry, etc. shall comply with the requirements of the Employer /
Employer’s Representative and shall pass all the tests and analysis required by
him or as per particular specifications as applicable or such recognized
specifications as acceptable to the Employer / Employer’s Representative.
iii. All the necessary tests/the number of tests shall be conducted in the laboratory
established at site by the Contractor or in any recognized laboratory approved by
the Employer / Employer’s Representative. The samples shall be taken for
carrying out all or any of the tests stipulated in the particular specifications or as
directed by the Employer / Employer’s Representative or his authorized
representative. The Contractor shall at his risk and cost make all arrangements
and shall provide all such facilities as the Employer / Employer’s Representative
may require for collecting, preparing, forwarding the required number of samples
for tests and for analysis as per the frequency of test stipulated in the contract
specifications or as considered necessary by the Employer / Employer’s
Representative, at such time and to such places, as directed by the Employer /
Employer’s Representative.
iv. The decision of the Employer / Employer’s Representative regarding type of tests,
their frequency, suitability of any of the materials to be used in the work shall be
final and binding on the Contractor notwithstanding any other provision
elsewhere in the tender documents.
vi. The Contractor shall give not less than 7 days notice of all tests in order that the
Employer / Employer’s Representative may be present. Two copies of all test
certificates shall be supplied by the Contractor to the Employer / Employer’s
Representative for approval, immediately after the completion of the tests. Test
certificates shall invariably be supplied to the Employer / Employer’s
Representative before the materials or components are used in the works, unless
the Employer / Employer’s Representative directs otherwise.
vii. All materials which are specified to be tested at the place of manufacture shall
satisfactorily pass the tests before being used in the works.
viii. The contractor shall have all the minimum equipment’s/apparatu s in the field
laboratory but not limited to the following:
a) Set of sieves as per IS for sieving sand and aggregate
b) Aggregate crushing strength apparatus
c) Graduated cylinder
d) Weighing scale
e) Cube moulds
f) Compression testing machine
g) Vibrators
h) Humidity Chamber
i) Lechattlier apparatus
j) Tension tester
k) Slump cone with tamping rod
l) Proctor compaction moulds, hammer, etc.
m) Rapid moisture meter
n) Weighing scale 0.1 gm accuracy
o) Weighing scale 10 kg
p) Core cutter, sand replacement units
d. Other Materials
Any material for which there is no relevant Indian Standard, shall be the best of their
kind and to the approval of the Employer / Employer’s Representative. Contractor shall
at his own expense, submit to the Employer / Employer’s Representative for approval,
samples of any of the materials and components to be used. The quality of materials
and components subsequently used in the works shall not be inferior to the approved
samples.
c. These tests shall be carried out in accordance with the procedure as laid down in
I.S 516 or other relevant specifications.
e. Permeability test shall be carried out as per 1716.5 of MORT&H specifications for
Road and Bridge Works (Fourth Revision) published by Indian Roads Congress,
New Delhi reprinted in March 2002.
a. The methodology and equipment to be used on the project shall be furnished by the
Contractor to the Employer / Employer’s Representative well in advance of
commencement of work and approval obtained prior to its adoption and use.
b. The Contractor shall give a trial run of the equipment for establishing the capability
to achieve the laid down specification and tolerance to the satisfaction of the
Employer / Employer’s Representative before commencement of work.
c. All equipment provided shall be of proven efficiency and shall be operated and
maintained at all times in a good working condition.
d. No equipment or personnel will be removed from the site without prior permission
of the Employer / Employer’s Representative.
e. No tools and plants will be supplied by the department and the Contractor will have
to make his own arrangements at his expense.
f. All construction tools, plant and machineries provided by the Contractor shall, when
brought to the site, be deemed to be exclusively intended for the construction and
completion of this work and the Contractor shall not remove the same or any part
thereof (save for the purpose of moving it from one part of the site to another)
without the written permission of the Employer / Employer’s Representative.
g. In case concrete is procured from Ready Mixed Concrete (RMC) plants, the
contractor has to obtain prior approval of the Employer / Employer’s
Representative. Quality controlling at Batching Plant has to be carried ou t by the
Contractor at his own cost.
Preamble
This section contains the specifications for proposed work and shall be read in conjun ction with
the various other sections forming the contract namely Notification Inviting Applications,
Instructions to Tenderers, General Conditions, Special Conditions, Drawings and other related
documents mentioned in this Tender Document together with any Addendum issued thereto.
TABLE OF CONTENT
1. GENERAL
1.1. Reference mentioned herein shall be applicable to all sections to the extent the context
permits and are intended to supplement the provisions in the particular section. In case of any
discrepancy/ deviation, the provisions in the particular section shall take p recedence.
2. INTERPRETATIONS
2.1. The Employer/Engineer-in-charge shall be the sole deciding authority as to the
meaning, interpretation and implications for various provisions of the specifications. His
decision in writing shall be final.
2.2. Wherever any reference is made to any Indian Standard, it shall be taken as reference to
the latest edition with all amendments issued thereto. In the event of any variation between the
Andhra Pradesh Detailed Standard Specifications, CPWD specifications and the Indian Standard,
the former shall take precedence over the latter.
2.3. In case the specification of an item is not available in this document or documents
specified in Clause no 2.2, Contractor shall be permitted to use following alternative
specification subject to the following conditions:
a. He shall demonstrate that the proposed specification conforms to any of the following
international Standards, Codes of Practice, Specifications, Guidelines, etc.
b. it shall delivering an equal or better product and shall fulfil t he intent of the product.
Contractor: The Contractor shall mean the individual or firm or company whether incorporated
or not undertaking the works and shall include the legal personal representatives of such
individual or the persons composing such firm or company, or the successors of such individual
or firm or company and the permitted assignees of such individual or firm of company.
Engineer-in-Charge: The ‘Engineer-in-Charge’ means the Engineer officer who shall supervise
and be in-charge of the work and who shall sign the contract on behalf of the President.
Site: The ‘site’ shall mean the land/ or other places on, in, into or through which the work is to
be executed under the contract or any adjacent land, path or street through which the work is to
be executed under the contract, or any adjacent land, path or street which may be allotted or
used for the purpose of carrying out the contract.
IS: The standards, specification and code of practices issued by the Bureau of Indian Standards.
Best: The word ‘best’ when used shall mean that in the opinion of the Engineer -in-Charge, there
is no superior material/ article and workmanship obtainable in the market and trade
respectively. As far as possible the standard required shall be specified in preference to the
word ‘best’.
Floor level: For floor 1, top level of finished floor shall be the floor level and for a ll other floors
above floor 1, top level of the structural slabs shall be the floor level.
5. MEASUREMENTS
5.1. In booking dimensions, the order shall be consistent and in the sequence of length,
width and height or depth or thickness.
5.2. Rounding off: Rounding off where required shall be done in accordance with IS: 2-1960.
The number of significant places rounded in the rounded off value should be as specified.
6.2. Materials obtained by the contractor from the sources approved by the Department shall
be subjected to the Mandatory tests. Where such materials do not conform to the relevant
specifications, the matter shall be taken up by the Engineer -in-Charge for appropriate
action against the defaulters. In all such cases, necessary documents in original and proof of
payment relating to the procurement of materials shall be made available by the contractor
to the Engineer-in-Charge.
6.3. All the Materials incorporated in the Works shall be the most suitable for the duty
concerned and shall be new and of first class commercial quality, free from imperfections
and selected for long life and minimum maintenance. These may be tested according to
relevant Indian Standards (IS) or International Standards Organization (ISO) standards in
qualified labs and certificates produced to the satisfaction of the Employer’s
Representative.
6.4. The objectives of the specifications given are to specify the details pertaining to the
designs, drawings, and selection of equipment or product. The equipment or product
supplied shall be of high standard of quality and best engineering practices and shall
comply with all currently applicable standards, regulations and codes.
6.5. All necessary safety measures and precautions (including those laid down in the various
relevant Indian Standards) shall be taken as also of the work itself.
6.6. The materials, supplied by the client shall be deemed to be complying with the
specifications.
6.7. Contractor shall submit sample of the material and get written approval of the
Employer/Engineer – charge before placing the order. Any work executed without
approval of sample shall be deemed rejected.
6.10. All works shall be carried out strictly as per detailed technical specification provided in
the tender. If not specified, the work shall be executed according to relevant applicable IS
codes and standard engineering practice. In such case decision of the Engineer -in-charge
shall be final and binding to the Contractor and in no case the Contractor will claim any
extra for the same.
6.11. If the specifications for a particular item are not given by the Employer, the Standard
Specifications of Andhra Pradesh/CPWD specification/Indian standard shall be followed. In
all the conditions, direction of Engineer in charge shall be final binding upon the contractor.
6.12. Materials stored at site, depending upon the individual characteristics, shall be
protected from atmospheric effects due to rain, sun, wind and moisture to avoid
deterioration.
6.13. Materials like timber, paints etc. shall be stored in such a way that there may not be any
possibility of fire hazards. Inflammable materials and explosives shall be stored in
accordance with the relevant rules and regulations or as approved by En gineer-in-Charge
in writing so as to ensure desired safety during storage.
6.14. The unit weight of materials unless otherwise specified shall be reckoned as given in IS:
1911-1967.
All tests as required, both at the factory i.e. Factory Acceptance Test (FAT) before dispatch, and
at site after installation i.e. Site Acceptance Tests (SAT), shall be carried out. Detailed Test
reports and certificates shall be submitted.
The Contractor shall submit samples of such materials as may be required by Engineer in charge
and shall carry out the specified tests directed by MCT/TSCCL/ Engineer in charge at the Site, at
the supplier's premises or at a laboratory approved by MCT/TSCCL/ Engineer in charge. All
Employer may appoint separate third party inspection for the material testing to ensure the
quality of the work. The Contractor shall replace the defective material as an outcome of these
tests.
Samples shall be submitted and tests carried out sufficiently early to enable further samples to
be submitted and tested if required by MCT/TSCCL/ Engineer in char ge. The Contractor shall
give seven days' notice in writing of the date on which any of the materials will be ready for
testing or inspection at the supplier's premises or at a laboratory approved by Employer.
Representative of Employer shall attend the test at the appointed place within seven days of the
said date on which the materials are expected to be ready for testing or inspection according to
the Contractor, failing which the test may proceed in his absence unless instructed by Employer
to carry out such a test on a mutually agreed date in his presence. rior to testing, all relevant
documentation and sufficient briefing about the tests shall be given to Employer’s
Representatives who would witness the testing. The Contractor shall in any case submit to
MCT/TSCCL/ Engineer in charge within seven days of every test such number of certified copies
(minimum six) of the test results as MCT/TSCCL/ Engineer in charge may require. Approval by
MCT/TSCCL/ Engineer in charge as to the placing of orders for mater ials or as to samples or
tests shall not prejudice any of MCT powers under the Contract. The provisions of this clause
shall also apply fully to materials supplied under any nominated sub ‐contract.
8. SAFETY IN CONSTRUCTION
8.1. The contractor shall employ only such methods of construction, tools and plant as are
appropriate for the type of work or as approved by Engineer-in-Charge in writing.
8.2. The contractor shall take all precautions and measures to ensure safety of works and
workman and shall be fully responsible for the same. Safety pertaining to construction
works such as excavation, centering and shuttering, trenching, blasting, demolition, electric
connections, scaffolds, ladders, working platforms, gangway, mixing of bituminous
materials, electric and gas welding, use of hoisting and construction machinery shall be
governed by CPWD safety code, relevant safety codes and the direction of Engineer -in-
Charge.
1.1 GENERAL
Materials to be used in the work shall conform to the specifications mentioned on the
drawings, the requirements laid down in this section and specifications for relevant items of
work covered under these specifications.
If any material, not covered in these specifications, is required to be used in the work, it shall
conform to relevant Indian Standards, if there are any, or to the requirements specified by the
Engineer.
1.3 BRICKS
The bricks shall be modular type class designation – 25, kiln-burnt bricks of regular and
uniform size, shape and colour, well burnt throughout. They shall be free from cracks or other
flaws viz. lumps of lime, laminations, soluble salts causing efflorescence, air-holes which may in
any way impair their strength durability, appearance etc. They shall give a clear metallic
ringing sound when struck together.
After absorbing water the bricks shall not exceed 20% of their dry weight as per IS: 1077 -
1992. According to IS: 1077 - 1992 crushing load shall not be less than 25 Kg. /Sq. Cm. Samples
of bricks shall also be subjected to the following tests:
The stones, when immersed in water for 24 hours, shall not absorb water by more than 5 per
cent of their dry weight when tested in accordance with IS: 1124-1972.
The length of stones shall not exceed 3 times its height nor shall they be less than twice its
height plus one joint. No stone shall be less in width than the height and width on the base shall
not be greater than three-fourth of the thickness of the wall nor less than 150 mm.
1.6 CEMENT
Cement to be used in the works shall be any of the following types with the prior approval of
the Engineer:
Cement conforming to IS: 8112-1989 and IS: 12269-1987 may be used provided the minimum
cement content mentioned elsewhere from durability considerations is not reduced. From
strength considerations, these cements shall be used with a certain caution as high early
strengths of cement in the 1 to 28–day range can be achieved by finer grinding and higher
constituent ratio of C 3S/C2S, where C3S is Tricalcium Silicate and C 2S is Dicalcium Silicate. In
such cements, the further growth of strength beyond say 4 weeks may be much lower than that
traditionally expected. Therefore, further strength tests shall be carried out for 56 and 90 days
to fine tune the mix design from strength considerations.
Cement conforming to IS: 8041-1990 shall be used only for precast concrete products after
specific approval of the Engineer.
Total chloride content in cement shall in no case exceed 0.05 per cent by mass of cement. A lso,
total sulphur content calculated as sulphuric anhydride (SO 3) shall in no case exceed 2.5 per
cent and 3.0 per cent when tri-calcium aluminate percent by mass is upto 5 or greater than 5
respectively.
The maximum value for flakiness index for coarse aggregate shall not exceed 35 per cent. The
coarse aggregate shall satisfy the following requirements of grading:
For plain and reinforced cement (PCC and RCC) or Prestressed Concrete (PSC) works, fine
aggregate shall consist of clean, hard, strong and durable pieces of crushed stone, crushed
gravel, or a suitable combination of natural sand, crushed stone or gravel. They shall not
contain dust, lumps, soft or flaky, materials, mica or other deleterious materials in such
quantities as to reduce the strength and durability of the concrete, or to attack the emb edded
steel. Motorised sand washing machines should be used to remove impurities from sand. Fine
aggregate having positive alkali-silica reaction shall not be used. All fine aggregates shall
conform to IS: 383-1980 and tests for conformity shall be carried out as per IS: 2386-1963,
(Parts I to VIII). The Contractor shall submit to the Engineer the entire information indicated in
Appendix A of IS: 383-1980. The fineness modulus of fine aggregate shall neither be less than
2.0 nor greater than 3.5.
Sand/fine aggregate for structural concrete shall conform to the following grading
requirements:
IS Sieve Per cent by Weight Passing the Sieve
Size Zone I Zone II Zone III
10 mm 100 100 100
4.75 mm 90-100 90-100 90-100
2.36 mm 60-95 75-100 85-100
1.18 mm 30-70 55-90 75-100
1.9 STEEL
1.9.1 Cast Steel
The use of cast steel shall be limited to bearings and other similar parts. Steel for castings shall
conform to Grade 280-520N of IS: 1030-1998. In case where subsequent welding is
unavoidable in the relevant cast steel components, the letter N at the end of the grade
designation of the steel casting shall be replaced by letter W. 0.3 per cent to 0.5 per cent copper
may be added to increase the corrosion resistance properties.
Other grades of bars conforming to IS: 432-1982 and IS: 1786-2008 shall not be permitted.
All steel shall be procured from original producers; no re-rolled steel shall be incorporated in
the work.
Fusion-bonded epoxy coated reinforcing bars shall meet the requirements of IS: 13620 -1993.
Additional requirements for the use of such reinforcement bars have been given below:
(a) Patch up materials shall be procured in sealed containers with certificates from the
agency who has supplied the fusion bonded epoxy bars.
(b) PVC coated G.I. blinding wires of 18G shall only be used in conjunction with fusion
bonded epoxy bars.
(c) Chairs for supporting the reinforcement shall also be of fusion bonded epoxy coated
bars.
(d) The cuts ends and damaged portions shall be touched up with repair patch up
material.
(e) The bars shall be cut by saw-cutting rather than flame cutting.
(f) While bending the bars, the pins of work benches shall be provided with PVC or
plastic sleeves.
(g) The coated steel shall not be directly exposed to sun rays or rains and shall be
protected with opaque polyethylene sheets or such other approved materials.
(h) While concreting, the workmen or trolleys shall not directly move on coated bars but
can move on wooden planks placed on the bars.
When specified in the contract, protective coating prescribed by CECRI shall be provided in
conformance to specifications given in Appendix 1000/I. The CECRI coating process shall be
allowed to be implemented at the site of works provided a representative of the Institute is
present throughout the duration of the coating process who shall certify that the materials and
workmanship are in accordance with prescribed specifications developed by the Institute.
The use of structural steel not covered by the above standards may be permitted with the
specific approval of the client/Engineer-in-charge.
1.9.7 WATER
Water used for mixing and curing shall be clean and free from injurious amount s of oils, acids,
alkalis, salts, sugar, organic materials or other substances that may be deleterious to concrete
or steel. Potable water is generally considered satisfactory for mixing concrete. Mixing and
curing with sea water shall not be permitted. As a guide, the following concentrations
represent the maximum permissible values:
In case of structures of lengths 30 m and below, the permissible limit of chlorides may be
increased upto 1000 mg/lit.
All samples of water (including potable water) shall be tested and suitable measures
taken where necessary to ensure conformity of the water to the requirements stated herein.
d) The pH value shall not be less than 6.
Concrete admixtures are proprietary items of manufacture and shall be obtained only from
established manufacturers with proven track record, quality assurance and full -fledged
laboratory facilities for the manufacture and testing of concrete.
The contractor shall provide the following information concerning each admixture after
obtaining the same from the manufacturer:
a) Normal dosage and detrimental effects, if any, of under dosage and over dosage.
b) The chemical names of the main ingredients in the admixtures.
c) The chloride content, if any, expressed as a percentage by the weight of the admixture.
d) Values of dry material content, ash content and relative density of the admixture which
can be used for Uniformity Tests.
e) Whether or not the admixture leads to the entertainment of air when used as per the
manufacturer’s recommended dosage, and if so to what extent.
f) Where two or more admixtures are proposed to be used in any one mix, confirmation as to
their compatibility.
g) There would be no increase in risk of corrosion of the reinforcement or other embedment
as a result of using the admixture.
a) “Plasticisers" and “Super–Plasticisers" shall meet the requirements indicated for “Water
reducing Admixture".
c) The chloride content of the admixture shall not exceed 0.2 per cent when tested in
accordance with IS: 6925-1973.
d) Uniformity tests on the admixtures are essential to compare qualitatively the composition
of different samples taken from batch to batch or from the same batch at different times.
The tests that shall be performed along with permissible variations in the same are indicated
below:
- Dry Material Content: to be within 3 per cent and 5 per cent of liquid and solid admixtures
respectively of the value stated by the manufacturer.
- Ash content: to be within 1 per cent of the value stated by the manufacturer.
Relative Density (for liquid admixtures): to be within 2 per cent of the value stated by the
manufacturer.
1.10.3 Aggregates
Aggregate stockpiles may be made on ground that is denuded of vegetation, is hard and well
drained. If necessary, the ground shall be covered with 50 mm plank.
Coarse aggregates, unless otherwise agreed by the Engineer in writing, shall be delivered to the
site in separate sizes (2 sizes when nominal size is 25 mm or less and 3 sizes when the nominal
size is 32 mm or more). Aggregates placed directly on the ground shall not be removed from
the stockpile within 30 cm of the ground until the final cleaning up of the work, and then onl y
the clean aggregate will be permitted to be used.
In the case of line aggregates, these shall be deposited at the mixing site not less than 8 hours
before use and shall have been tested and approved by the Engineer.
1.10.4 Cement
Cement shall be transported, handled and stored on the site in such a manner as to avoid
deterioration or contamination. Cement shall be stored above ground level in perfectly dry and
water–tight sheds and shall be stacked not more than eight bags high. Wherever bulk storage
containers are used their capacity should be sufficient to cater to the requirement at site and
should be cleaned at least once every 3 to 4 months.
Each consignment shall be stored separately so that it may be readily identified and inspected
and cement shall be used in the sequence in which it is delivered at site. Any consignment or
part of a consignment of cement which had deteriorated in any way, during storage, shall not
be used in the works and shall be removed from the site by the Contractor without charge to
the Employer.
The Contractor shall prepare and maintain proper records on site in respect of delivery,
handling, storage and use of cement and these records shall be available for inspection by the
Engineer at all times.
a) Tendon: Wire, strand and bar from which tendons are to be fabricated shall be
stored about 300 mm above the ground in a suitably covered and closed space so as to avoid
direct climatic influences and to protect them from splashes from any other materials and from
the cutting operation of an oxy–acetylene torch or arc welding process in the vicinity. Under no
circumstances, tendon material shall be subjected to any welding operat ion or on site heat
treatment or metallic coating such as galvanising. Storage facilities and the procedures for
transporting material into or out of store, shall be such that the material does not become
kinked or notched. Wire or strand shall be stored in large diameter coils which enable the
tendons to be laid out straight. As a guide, for wires above 5 mm dia, coils of about 2 m dia
without breaks or joints shall be obtained from manufacturer and stored. Protective wrapping
for tendons shall be chemically neutral. All prestressing steel must be provided with temporary
protection during storage.
b) Anchorage Components: The handling and storing procedures shall maintain the
anchorage components in a condition in which they can subsequently perform their fun ction to
an adequate degree. Components shall be handled and stored so that mechanical damage and
detrimental corrosion are prevented. The corrosion of the gripping and securing system shall
be prevented. The use of correctly formulated oils and greases or of other corrosion preventing
Prestressing steel shall be stored in a closed store having single door with double locking
arrangements and no windows. Also the air inside the store shall be kept dry as far as possible
by using various means to the satisfaction of the Engineer. Also instrument measuring the air
humidity shall be installed inside the store. This is with a view to eliminating the possibility of
initial rusting of prestressing steel during storage. The prestressing steel shall be coated with
water solvable grease. The prestressing steel should be absolutely clean and without any signs
of rust.
All prestressing steel shall be stored at least 30 cm above ground level and it shall be
invariably wrapped by protective cover of tar paper or polythene or any other approved
material.
The Contractor should see that prestressing steel shall be used within 3 months of its
manufacture. He should chalk out his programme in this respect precisely, so as to avoid initial
corrosion before placing in position.
1.10.7 Water
Water shall be stored in containers/tanks covered at top and cleaned at regul ar intervals in
order to prevent intrusion by foreign matter or growth of organic matter. Water from shallow,
muddy or marshy surface shall not be permitted. The intake pipe shall be enclosed to exclude
silt, mud, grass and other solid materials and there shall be a minimum depth of 0.60 m of
water below the intake at all times.
Independent testing of cement for every consignment shall be done by the Contractor at site in
the laboratory approved by the Engineer before use. Any cement with lower quality than those
shown in manufacturer’s certificate shall be debarred from use. In case of imported cem ent, the
same series of tests shall be carried out before acceptance.
The Contractor shall set up a field laboratory with necessary equipment for testing of all
materials, finished products used in the construction as per requirements of conditions of
contract and the relevant specifications. The testing of all the materials shal l be carried out by
the Engineer or his representative for whom the Contractor shall make all the necessary
arrangements and bear the entire cost.
Tests which cannot be carried out in the field laboratory have to be got done at the Contractor’s
cost at any recognised laboratory/testing establishments approved by the Engineer.
Samples required for approval and testing must be supplied well in advance by at least 48
hours or minimum period required for carrying out relevant tests to allow for testing and
approval. Delay to works arising from the late submission of samples will not be acceptable as
a reason for delay in the completion of the works.
If materials are brought from abroad, the cost of sampling/testing whether in India or abroad
shall be borne by the Contractor.
1.12.2 General
Steel for reinforcement shall meet with the requirements of Section 1000 under road work
specification.
Reinforcements may be either mild steel/medium tensile steel or high strength deformed bars.
They may be uncoated or coated with epoxy or with approved protective coatings.
Portions of uncoated reinforcing steel and dowels projecting from concrete, shall be protected
within one week after initial placing of concrete with a brush coat of neat cement mixed with
water to a consistency of thick paint. This coating shall be removed by lightly tapping with a
hammer or other tool not more than one week before placing of the adjacent pour of concrete.
Coated reinforcing steel shall be protected against damage to the coating. If the coating on the
bars is damaged during transportation or handling and cannot be repaired, the same shall be
rejected.
ii In case of dowels for columns and walls, the vertical reinforcement shall be kept in
position by means of timber templates with slots cut in them accurately, or with cover
iii Layers of reinforcements shall be separated by spacer bars at approximately one metre
intervals. The minimum diameter of spacer bars shall be 12 mm or equal to maximum
size of main reinforcement or maximum size of coarse aggregate, whichever is greater.
Horizontal reinforcement shall not be allowed to sag between supports.
iv Necessary stays, blocks, metal chairs, spacers, metal hangers, supporting wires etc, or
other subsidiary reinforcement shall be provided to fix the reinforcements firmly in its
correct position.
v Use of pebbles, broken stone, metal pipe, brick, mortar or wooden blocks etc., as devices
for positioning reinforcement shall not be permitted.
d) Bars coated with epoxy or any other approved protective coating shall be placed
on supports that do not damage the coating. Supports shall be installed in a manner
such that planes of weakness are not created in hardened concrete. The coated
reinforcing steel shall be held in place by use of plastic or plastic coated binding wires
especially manufactured for the purpose. Reference shall be made to Section 1000 for
other requirements.
1.13.2 Welding
Splicing by welding of reinforcement will be permitted only if detailed on the drawing or
approved by the Engineer. Weld shall develop an ultimate strength equal to or great than that
of the bars connected.
While welding may be permitted for mild steel reinforcing bars conforming to IS: 432 -1982,
welding of deformed bars conforming to IS: 1786-2008 shall in general be prohibited. Welding
may be permitted in case of bars other than S 240 grade including special welding grade of S
415 grade bars conforming to IS : 1786-2008, for which necessary chemical analysis has been
secured ad the carbon equivalent (CE) calculated from the chemical composition using the
formula:
CE = C + Mn + Cr+Mg+V + Ni + Cu
6 5 15
Is 0.4 or less.
The method of welding shall conform to IS: 2751-1979 and IS: 9417-1989 and to any
supplemental specifications to the satisfaction of the Engineer.
Welding may be carried out by metal arc welding process. Oxyacetylene welding shall not be
permissible. Any other process may be used subject to the Engineer and necessary additional
requirements to ensure satisfactory joint performance. Precautions on overheating, choice of
electrode, selection of correct current in arc welding etc., should be strictly observed.
All bars shall be butt welded except for smaller diameter bars (diameter of less than 20 mm)
which may be lap welded. Single-V or Double-V butt joints may generally be used. For vertical
bars single bevel or double bevel joints may be used.
Welded joints shall be located well away from bends and not less than twice the bar diameter
away from a bend.
Suitable means shall be provided for holding the bars securely in position during welding. It
must be ensured that no voids are left in welding. When welding is done in 2 or 3 stages,
previous surface shall be cleaned properly. Bars shall be cleaned of all loose scale, rust, grease,
paint and other foreign matter before carrying out welding. Only competent and experienced
welders shall be employed on the work with the approval of the Engineer. No welding shall be
done on coated bars. M.S. electrodes used for welding shall conform to IS: 814-2004.
Welded joints shall preferably be located at points where steel will not be subject to more than
75 per cent of the maximum permissible stresses and welds so staggered that at any on section,
not more than 20 per cent of the bars are welded.
Welded pieces of reinforcement shall be tested. Specimens shall be taken from the site and the
number and frequency of tests shall be as directed by the Engineer.
The fabrication, furnishing and placing of reinforcement shall be in accordance with these
specifications and shall be checked and accepted by the Engineer.
1.14.2 RATE
The contract unit rate for coated/uncoated reinforcement shall cover the cost of material,
fabricating, transporting, storing, bending, placing, binding and fixing in position as shown on
the drawings as per these specifications and as directed by the Engineer, including all labour,
equipment, supplies, incidentals, sampling, testing and supervision.
The unit rate for coated reinforcement shall be deemed to also include cost of all material,
labour, tools and plant, royalty, transportation and expertise required to carry out the work.
The rate shall also cover sampling, testing and supervision required for the work.
The contractor shall Design and construct the pressurized 24/7 potable water system on
continuous running basis, along with installation of valves, scour valves, air release valves,
thrust blocks etc. as required. The Contractor shall furnish all required tools, plant, instruments,
materials including water, electricity, labor, consumables, etc., and everything necessary for
construction of the works, whether or not such items are specifically stated elsewhere in this
bid. All valves shall be electrically actuated at inlet and outlet of Service Reservoirs.
The system shall be designed as closed loop system for efficient operations and shall be
designed taking the concept of District Metering Area (DMA) with each DMA being isolated with
valves and flow measured with an bull bore electromagnetic flow meter to each DMA.
In general, this work shall include designing, providing, laying, jointing and testing of all PE -100
HDPE/ DI pipes and specials/ fittings, interconnections, Valves, pump sets, house connections,
etc.
The bidders are therefore advised to refer and follow all relevant IS codes and
amendments along with relevant ISO codes till date regarding supplying, testing,
commissioning of DI/HDPE pipes and fittings, their testing, dimensions and
measurement, composition of raw material, physical properties, mechanical
1.1.2 If there are varying or conflicting provisions made in any one document forming part of
the contract, the Accepting Authority shall be the deciding authority with regard to the
intention of the document and his decision shall be final and binding on the contractor.
1.1.4 In the case of any class of work for which there is no such specification, such work shall
be carried out in accordance with the Bureau of Indian Standards Specifications. In case
there is no such specification in Bureau of India Standards, the work shall be carried out
as per manufacturer's specifications. In case there are no such specifications as required
above, the work shall be carried out in all respects in accordance with the instructions
and requirements of the Employers Engineer.
1.1.5 All materials and workmanship not fully specified herein or not covered by an approved
relevant standard shall be of such kind as is used in first class work and suitable to the
climate in the project area.
All tests specified either in this specification or in the relevant Indian Standards specified above
shall be performed by the Manufacturer/ Operator at his own cost and in presence of
Employer’s Engineer if desired. For this, sufficient notice before testing of the pipes and fittings
shall be given to Employer’s Engineer If the test is found unsatisfactory, Employer’s Engineer
In the case of spigot and socket pipes and fittings, the socket shall be without the centre ring. In
the case of flanged pipes, the flanges shall be at the right angles to the axis of the pipe and
machined on face. The boltholes shall be drilled and located symmetrically off the centreline.
The bolthole shall be concentric with the bore and boltholes equally spaced. The flanges shall be
integrally cast with the pipes and fittings and the two flanges of the pipe shall be correctly
aligned.
1.2.3 Materials
The materials used in the manufacture of pipes and fittings shall comply with requirements
specified in IS: 8329 and IS: 9523.
Coatings
Unless otherwise specified, DI pipes and fittings shall be coated with Bitumen in accordance
with relevant IS Specifications. Coating shall not be applied to pipe and fittings unless its surface
is clean, dry and free from rust. Pipe coatings shall be inspected at site and any damag e or
defective areas shall be made good to the satisfaction of the Employer’s Engineer.
Bitumen coating shall be of normal thickness of 75 microns unless otherwise specified. It shall
be cold applied compound complying with the requirements of relevant I ndian standards,
suitable for tropical climates, factory applied in accordance with the manufacturer's
instructions. Damaged areas of coating shall be repainted on site after removing any remaining
loose coating and wire brushing any rusted areas of pipe.
Cement mortar lining: All pipes and fittings shall be internally lined with cement mortar in
accordance with relevant IS. The cement used shall be Sulphate Resisting Cement confirming to
IS: 12330. No admixtures in the mortar shall be used without the approval of the Employer’s
Engineer.
Pipe linings shall be inspected on site and any damage or defective areas shall be made good to
the satisfaction of the Employer’s Engineer. Lining shall be uniform in thickness all along the
pipe. The minimum thickness of factory applied cement mortar lining shall be as per IS: 11906.
1.2.7 Trenching
Trenching includes all excavation which shall be carried out either by hand or by machine and
shall be carried out in accordance with all requirements of -Earth work excavations clause.
Wherever a socket or collar of pipe or fitting / special occurs, a grip is to be cut in the bottom of
the trench or concrete bed to a depth of at least 75 mm below the bed of the pipe so that the
pipe may have a fair bearing on its shaft and does not rest upon its socket. Such grip shall be of
sufficient size in every respect to admit the hand all-round the socket in order to make the joint,
and the grip shall be maintained clear, until the joint has been approved by Employer’s
Engineer.
Wherever D.I. pipes are laid over pillar supports for nala crossings etc. the pipes shall be placed
as per the construction drawings and as directed by the Employer’s Engineer.
1.2.8 Bedding
The type of bedding (granular, concrete cradle, concrete arch etc.) shall be as per approved
construction drawings and specifications in this section.
Spigot and Socket joints: These shall have sockets, which are integral with the pipe and
incorporate an electrometric rubber ring gasket conforming to IS: 12820.The gaskets/sealant
used for joints shall be suitable for water conveyance. In jointing DI pipes an d fittings, the
Operator shall take into account the manufacturer's recommendations as to the methods and
equipment to be used in assembling the joints. In particular the Operator shall ensure that the
spigot end of the pipe to be jointed is smooth and has been properly chamfered, so that the
rubber ring as per IS: 12820 and IS: 5382 is correctly positioned in line, before the joint is made.
The rubber rings and any recommended lubricant shall be obtained only through the approved
supplier and as directed by the Employer’s Engineer.
1.3.3 DESIGNATION
Pipes shall be designated as per IS 4984, according to the grade of material, followed by
pressure rating and nominal diameter, for example, PE-100 PN 6 DN 200 indicates a pipe
pertaining to material grade 100 having a pressure rating 0.6 MPa and outside nominal
diameter 200 mm.
• All HDPE Pipes of the same size, same pressure rating and same grade and also manufacture
essentially under similar conditions of manufacture, shall constitute a lot. Materials
• The material used for the manufacturer of pipes should not constitute toxicity hazard, should
not support microbial growth, should not give rise to unpleasant taste or odour, cloudiness or
discoloration of water. Pipe manufacturers shall obtain a certificate to this effect from the
manufacturers of raw material by any internationally reputed organization as per the
satisfaction of the Employer’s Engineer in charge.
The resin should have been certified by an independent laboratory of international repute for
having passed 10,000 hour long term hydrostatic strength (LTHS) test extrapolated to 50 years
to show that the resin has a minimum MRS of over 10MPa. Internal certificate of any res in
manufacturer will not be acceptable.
Certificate for having passed the full scale rapid crack propagation test as per ISO 13478. High
density Polyethylene (HDPE) used for the manufacture of pipes shall conform to designation
PEEWA-45-T-006 of IS 7328. HDPE conforming to designation PEEWA-45- T-012 of IS 7328
may also be used with the exception that melt flow rate (MFR) shall not exceed 1.10 g/10 min.
In addition the material shall also conform to clause 5.6.2 of IS 7328.
The specified base density shall be between 941.0kg/ m³ and 946.0kg/ m³ (both inclusive)
when determined at 27°C according to procedure prescribed in IS7328 The value of the density
shall also not differ from the nominal value by more than 3 kg/ m³ as per 5.2.1.1 of IS 7328. The
MFR of the material shall be between 0.41 and 1.10 (both inclusive) when tested at 190°C with
nominal load of 5 kgf as determined by method prescribed in IS 2530. The MFR of the material
shall also be within ± 20 percent of the value declared by the manufacturer .
The resin shall be compounded with carbon black. The carbon black content in the material
shall be within 2.5 ±0.5% and the dispersion of carbon black shall be satisfactory when tested as
per IS 2530.
1.3.5 ANTI-OXIDANT
The percentage of anti-oxidant used shall not be more than 0.3 percent by mass of finished
resin. The anti-oxidant used shall be physiologically harm less and shall be selected from the list
given in IS 10141
1.3.11 COILING
The pipes supplied in coils shall be coiled on drums of minimum diameter of 25 times the
nominal diameter of the pipe ensuring that kinking of pipe is prevented. Pipe beyond 110mm
dia shall be supplied in straight length not less than 6m.
1.3.15.1 Handling
Rollers shall be used to move, drag the pipes across any surface.
Only polyester webbing slings should be used to lift heavy PE (>315mm) pipes by crane.
Under no circumstances, chains, wire ropes and hooks be used on PE pipes.
Pipes shall not be dropped to avoid impact or bump. If any time during handling or
during installation, any damage, such as gouge, crack or fracture occurs, the pipe shall be
repaired if so permitted by the competent authority before installation.
Whenever pipes have been transported one inside another, the inner pipes should
always be removed first and stacked separately.
Scores or scratches to a depth of greater than 10% or more of wall thickness are not
permissible; any pipes having such defects should be strictly rejected.
1.3.15.2 Transportation
Vehicles for transporting HDPE pipes should have a clean flat bed, free from nails and
other projections which might cause damage. When rigid bundles of pipes are being
transported, in that case the overall height of the bundles should not exceed 2.5 m.
Side supports should not be less than 1.5 m apart; they should be flat and have no sharp
or rough edges.
When transporting a mixed load of pipes, it is important that the larger, g enerally
thicker-walled, and thus heavier, pipes are placed at the bottom. Pipes should not be
allowed to overhang the vehicle.
The truck used for transportation of the PE pipes shall be exclusively used of PE pipes
only with no other material loaded – especially no metallic, glass and wooden items.
1.3.15.3 Storage
Pipes may be stored in loose stacks up to a maximum height to 2 m.
Pipes must not be stored or transported where they are exposed to heat sources likely
to exceed 60 0C.
When pipes are stored outside in climates having high ambient temperatures (greater
than 23 0C), the following is recommended:
Damages during transit, handling, storage will be to the Contractor’s account and
replacement for such pipes has to be made by the Contractor without any extra cost as
directed by the Employer’s Engineer.
As PE pipes are flexible, long lengths of fusion-jointed pipes having joints made above ground
can be rolled or snaked into narrow trenches. Such trenches can be excavated by narrow
buckets. During the pipe laying of continuous fusion jointed systems, due care and allowance
should be made for the movements likely to occur due to the thermal expansion/contraction of
the material. This effect is most pronounced at end connections to fixed positions (such as
valves etc) and at branch connections.
Care should be taken in fixing by finishing the connections at a time the length of the pipe is
minimal (lower temperature times of the day.) For summer time installations with two fixed
connection points, a slightly longer length of PE pipe may be required to compensate for
The Installation of flanged fittings such as connections to sluice/air/gate valves and hydrant
tees etc., requires the use of stub ends (collars/flange adaptors complete with backing rings and
gaskets. Care should be taken when tightening these flanges to provide even and balance torque.
Provision should be made at all heavy fittings installation points for supports (such as anchoring
of the flange in the soil) for the flange joint to avoid the transfer of valve wheel turning torque
on to the PE flange joint. PE pipe is lighter than water. Hence care should be taken for normal
installations where there could be a possibility of flooding of the trench thus the trench shall be
kept free of water till the jointing has been properly done When flooded, some soils may lose
cohesiveness, which may allow the PE pipe to float out of the ground. Several design checks are
necessary to see if groundwater flotation may be a concern. Obviously, if the pipeline typically
runs full or nearly full of liquid, or if groundwater is always below the pipe, flotation may not be
a significant concern.
However, weights by way of concrete blocks (anchors) are to be provided so that the PE pipe
does not float when suddenly the trench is flooded and the soil surrounding the pipe is washed
away. Thus site conditions study is necessary to ensure the avoidance of flotat ion. Pipe
embedment backfill shall be stone-free excavated material placed and compacted to the 95%
maximum dry density.
(i) All joints shall be made as per relevant IS code, in practice, and
manufacturer’s installation manual or instructions. All joints shall be tested for their
performance as per provisions made in relevant IS codes. Joints that show leakage
(ii) Pipe surfaces to be joined must be free of dust, dirt, oil, moisture and other
foreign material. If required, use of chemical such as dichloro-methane, methyl
ethyl-ketone or mechanical cleaner may be carried out.
(iii) Jointing of pipes and fittings shall be done by Electro fusion/ Butt fusion welding
to joint two ends of HDPE pipes. ISO 12176-1:1998 Plastics pipes and fittings -
Equipment for fusion jointing polyethylene systems - Part 1: Butt fusion and ISO
12176-2:2000Plastics pipes and fittings - Equipment for fusion jointing polyethylene
systems - Part 2: Electrofusion shall be followed for the same.
However to join HDPE with other pipe/valves flanges/ mechanical joint compression fittings
shall be used confirming to ISO 14236:2000 Plastics pipes and fittings - Mechanical-joint
compression fittings for use with polyethylene pressure pipes in water supply systems.
1.3.18.3 COMPACTION
Vibratory methods should be used for compaction. Compaction within distances of 15 cm to 45
cm from the pipe should be usually done with hand tempers. The backfill material should be
compacted not less than 95% of maximum dry density.
1.3.19.1 BENDS
HDPE bends shall be conforming to IS: 8008 Part II Specifications.
1.3.19.2 TEES
HDPE Tees shall be conforming to IS: 8008 Part III Specifications.
1.3.19.3 REDUCERS
HDPE Reducers shall be conforming to IS: 8008 Part IV Specifications.
All the necessary consumables, equipment, tools & tackles required for the testing & inspection
shall be arranged by the contractor and no extra cost shall be paid for the same.
Hydro pressure testing has to be done for all the valves as per IS 13095 – 1991 including its
latest, at the manufacturer’s end and a report has to be submitted to Employe r Engineer.
1.3.24 RATE
The rate shall include the cost of materials and labour involved in all the operations described
above except for the items measured/enumerated separately under clause Measurements‗,
which shall be paid for separately.
Welding Consumables - such as electrodes, filler rods and wires shall conform to IS: 814, IS:
3613, IS: 6419 and IS: 7280 and shall be of TSCCL approved make (If any).
Before fabrication of pipes and specials/fittings is commenced, the copies of the mill sheets and
the MANUFACTURER's test certificates for Coils and other materials required for the fabrication
shall be submitted by the Contractor to the Engineer for his approval.
When requested by the Engineer, the Contractor shall supply free of charge to the Employer, for
testing suitable samples of the materials to be used/used in the Works. The cost of such tests
shall be borne by the Contractor and shall be included in his item rates.
1.4.4 INSPECTION
All works and material under specification will be rigidly inspected during all phases of
manufacture and testing and such inspection shall not relieve the Contractor of his
responsibility to furnish materials and performed work in accordance with this specification.
The Contractor shall notify the Engineer, in advance of the production of materials and
fabrication thereof, in order that the Employer may arrange for mill and shop inspection.
The Engineer may reject any or all materials or works that do not meet with any of the
requirements of this specification. The Contractor shall rectify or replace such reject ed
material/performed work at his own cost, to the satisfaction of the Engineer.
The Engineer shall have free access to those parts of all plants or any other premises and sites
that are concerned with the furnishing of materials or the performance of wor k under this
specification.
The Contractor shall furnish to the Employer's inspector 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.
The Contractor shall provide 2 (two) sets of accurate `Go' and `No Go' ring gauges to measure
the diameter of pipes specials and fitting for the use of the Engineer at no extra cost.
Minor repair by welding or otherwise shall be permitted at the discretion of the Engine er, but
such repairs shall be done only after obtaining the previous permission of the Engineer. Any
pipe or part thereof which develops injurious defects during shop welding or other operations
shall be rejected.
a) working stress for combined bending and direct tensile stress shall not exceed 60% of yield
stress of the material making due allowance for efficiency of welded joint (as per IWWA M-
1).
c) It is also necessary to check the shell thickness for adequate factor of safety against failure
by buckling (as per IWWA M-11).
For field welded joint, efficiency factor of 80% is generally adopted, while for shop welding joint
90% efficiency is allowed (as per IS 5822 ).
1.4.6 FABRICATION
The Contractor shall get the fabrication work done in a duly valid licensed factory of his own or
that of an approved nominated sub-contractor. This factory meant for fabrication of pipes,
specials etc. shall also be involved with testing etc., machining a s well as painting. For
completing the work under the present contract within the contract period, the factory shall be
equipped with adequate number of various equipment and plant such as :
a) Plate bending machines for rolling of pipe drums
b) Automatic welding machines (suitable for circumferential welding)
c) Hydraulic Testing Machines
d) Travelling gantry or crane of capacity 10 Tones or above.
e) Mobile cranes for loading/unloading of Coils, pipes etc. 15 tones capacity each
f) Lathe for machining of the flanges rings, Coils etc.
g) Equipment for sand blasting and applying paint by spray gun.
h) Equipment for cold pressing of Coils up to 25 mm thick to the required curvature
(specials, plug Coils etc.)
i) Bending machine of adequate capacity for manufacturing ring girders and ot her
necessary equipments.
The factory shall have adequate area, and shall also have stacking yard for the stacking of Coils,
structural, fabricated pipes etc. and the scrap.
The Bidder may establish pipe fabrication factory within the project site for mi nimizing the
transportation of pipes after fabrication to bring the pipes to the trench where pipes are to be
laid. Contractor shall furnish with his bid the details of the factory where he intends to get the
fabrication done, such as its location within the project site and the equipment, plant and other
Before cutting, all the edges of the Coils shall be cleaned by brushing/grinding on both the sides.
After the Coils are cut, the edges shall be made smooth and even by polishing with an electrical
or pneumatic grinder to remove all inequalities. Care shall be taken to see that the cut edges of
the plate are perfectly straight. Jigs to be used for this purpose shall depend upon the types of
cutting machine used. The Coils cut to the required shape shall be checked for correctness
before they are rolled into pipe drums. If any corrections are required, the Contractor shall do
the same by re-cutting, if necessary.
The Contractor shall adjust the rolling machine so as to give a uniform curvature to the pipe
throughout its circumference.
The curvature obtained shall be checked by the Contractor's foreman during the process of
rolling and if proper curvature is not obtained at any place including the ends, the rolling
operation shall be repeated at this stage
1.4.9 WELDING
All components of a standard shell, either straight or bent etc. shall be welded, wherever
possible by use of automatic arc welding machine by Submerged Arc Welding Process with
alternating current. Generally hand welding shall not be permitted except specific cases, where
it is absolutely necessary. This should be done in consent with client’s representative. Hand
welding shall also not be permitted except for sealing runs and such other minor works at the
The Contractor shall use electrodes of GWIL approved make and size, the size depending on th e
thickness of coil and the type of joint. It shall also be used with standard current and arc voltage
required for the machine in use with such modifications as may be found necessary after
experimental welding. For this purpose, samples of welded joints shall be prepared and tested
in the presence of the Engineer. The values once determined shall be maintained throughout the
work and if any modifications are to be made, a written permission of the Engineer shall be
obtained. In the case of thin sheets, electric arc welding may not give satisfactory results and gas
welding shall be resorted to. Gas welding shall be subject to the same specifications and tests as
those for electric welds. Welding should be carried out inside as well as outside.
All the shop and field joints shall be welded, all welding shall conform to the requirements of IS
9595 and IS 4353.
All circumferential joints shall be double welded butt joints. Field joints shall be from outside,
with a sealing weld from inside. End preparation for such welding shall conform to IS: 2825.
All circumferential welds involving Coils of unequal thickness shall be so kept that the inside
surfaces of Coils match to provide stream lined joints without alteration in the internal
diameter. As far as practicable, welding of dissimilar thickness of shells shall be carried out in
the shops.
The welding shall be of the best workmanship free from flaws, burns, etc. and the Contractor
shall provide for his own electrodes and equipments, ovens to keep the electrod es at the desired
temperatures and dry. In order to maintain a good standard in welding, welders shall be tested
by the Contractor with prior intimation to the client before they are entrusted with the job.
Qualification standard for welding procedures, welders and welding operation shall conform to
the requirements of IS: 7307 and IS: 7310 (latest). Periodical tests as regards their efficiency
shall also be taken at intervals of about 6 months and those found inefficient shall be removed
from the job. Only those who pass the test shall be posted on the job. If an incompetent welder
has already welded some pipes, all welding done by him previously shall be fully checked by X -
ray in addition to the regular X-ray inspections. The defects if any shall be set right to the
A record shall be maintained showing the names of welders and operators who have worked on
each individual joint. Hand-welding shall preferably be carried out by a pair of welders (parallel
welding putting two welders at a time both will be working in diametrically opposite side of the
curvature. Welding shall be divided into 4 quadrants shall be welded simultaneously, so that by
observing proper sequence, distortion can be avoided. A joint entrusted to a particular
individual or a pair shall be as far as possible, completed by them in all respects, including
sealing run. No helper or other unauthorized person shall be permitted to do any welding
whatsoever. In case of infringement of above, the persons shall be punished as directed by the
Engineer.
The welded joint after welding should not become brittle or sensitive to blows and there should
be no loss of toughness due to welding or heat treatment. The material after welding and heat
treatment is to be tougher than the base metal and is to retain its original ductility. No
allowance will be made for thinning of weld and the weld should in no point be less than the
nominal thickness of plate.
Upon receipt of the order and prior to the start of fabrication, the Contractor shall submit to the
Engineer for his approval the ``welding procedure'' he intends to use in the shop work.
Similarly, prior to the start of the field welding, procedure for the field welding must be
submitted to the Engineer for his approval. Manual welding shall be adopted only when
machine welding is not possible.
In case of failure of any of the joint during RT, the contractor is to carry out radiography of
thrice the number of field joints which includes 1 Repair and 2 Penalty shots.
Subsequent to RT of thrice the number of field joints, if anyone of the joint fails the Contractor
has to carry out RT of all field welded joints i.e. 100 % basis. All these testing’s shall be carried
out by the contractor at his own risk and cost.
The weld ripples or weld surface irregularities, on both inside and outside shall be removed by
any suitable mechanical process to a degree such that resulting radiographic contact due to any
remaining irregularities cannot mark or be confused with that of objectionable defe ct. The
radiograph shall be made in strict accordance with the latest requirements and as per the latest
and most efficient technique either with X-ray or gamma ray equipment.
The photographs are to be marked in such a way that the corresponding portion of the welded
seam can be readily identified. All radiographs will be reviewed by the Engineer to identify the
defect and determine those which must be removed. Defects that are not acceptable shall be
removed by chipping, machining or flame gouging to sound metal and the resulting cavities
shall be welded. After rectification, the joint is to be radio graphed again to prove the quality of
the repair. The Engineer based on the latest standards prescribed by Indian Standard
specification will judge the radiographs as acceptable or unacceptable.
All X-ray shall be made with equipment and by personnel furnished by the Contractor. Films
shall be developed within 24 hours of exposure and be readily accessible at all times for
inspection by the Engineer. The Contractor shall provide for the use of the Engineer suitable X-
ray viewing equipment. X-ray films shall be properly maintained by the Contractor and shall be
The Contractor shall make available to the Engineer a certified copy of the records of the
qualification tests of each welder and welding operator. The Engineer shall have the right at any
time to call for and witness tests of welding procedure or of the ability of any welder and
welding operator.
All welded joints to be radio graphed shall be examined in accordance with codes as specified
below:
Sr. No. Code Number Description
1 IS : 2595 Code of Practice for Radiographic Testing
2 IS : 4853 Recommended Practice for Radiographic Inspection of
Fusion Welded Butt joints in Steel Pipes.
3 IS :1182 Recommended Practice for Radiographic Examination of
Fusion Welded Butt-Joints in steel Coils.
The reinforcement on each side of all butt welded joints shall not exceed 1.5 mm. A complete set
of radiographs and records as described in IS: 2595 for each job shall be retained by the
Contractor and kept on file for a period of at least five years.
Final acceptance of radiographs shall be based on the ability to see the prescribed pentameter
image and the specified hole.
The acceptance criteria for radiography of the joint shall be as per IS-10234 or as per API - 1104
standard.
1.4.14 TOLERANCE
The shell in the completed work shall be substantially round. The difference between maximum
and minimum inside diameters at any cross section shall not exceed 1% of the nominal
diameter of the cross section under consideration subject to a maximum of 10 mm.
Machined parts shall be within the limits specified by IS 3589.
Straight pipes shall have their faces perpendicular to the axis of the section with a maximum
deviation of 2 mm on either side of the plane. Pipe ends shall be bevelled as per IS: 3589. The
pipes shall be supplied in length of 10.5 m to 12.5 m.
Each pipe shall be filled with water and the pressure slowly and uniformly increased until the
required test pressure is reached.
The pipe to be tested shall be given a serial no. which shall be painted on its i nside together with
details such as pipe No. Shell thickness, diameter, length etc. as directed. It shall be entered in
the register to be maintained by the Contractor.
Prior to testing, the pipe shall be inspected thoroughly and all the apparent defects in welding
such as jumps, porosity etc. shall be repaired by gouge and re-welding.
The hydraulic test shall be carried out under cover at the fabrication shop, in the presence of
and to the satisfaction of the Engineer or the inspection agency appointed b y the Employer.
For indicating the pressure inside the pipe an accurate pressure gauge of approved make duly
tested and calibrated for the accuracy of readings shall be mounted on one of the closures which
close the pipe ends.
The pressures shall be applied gradually by approved means and shall be maintained for a
period of 24 hours. The pipe shall be hammered throughout its length with sharp blows, by
means of a 1 kg. hand hammer.
The pipe shall withstand the test without showing any sign of weakness, l eakage, oozing or
sweating. If any leak or sweating is observed in the welded joints, the same shall be repaired by
gouging and re-welding after dewatering the pipe. The repaired pipe shall be re -tested to
conform to the specified pressure.
If any leak or sweating is observed in pipe shell the pipe under test shall be rejected
temporarily. The Contractor shall stack such rejected pipes separately in his yard. The Engineer
The Mechanical Tests for Pipe material at Manufacturers work shall be carried as per approved
Quality Assurance Plan( QAP) and tests shall be as per IS:1239/ IS:3589/IS:5504.
Test pieces shall be taken by the contractors from the welded joints at the position on fabricated
pipes pointed out by the Engineer in-charge.
The sample so taken shall then be cut to the exact shape and dimensions and machined as
described below and handed over to the Engineer-in-charge for testing. All the work up to and
including machining and arranging for test shall be done by the contractors.
Props of approved designs for maintaining circularity having M.S. Angle/Pipe at both ends to
avoid metal to metal contact shall be fixed to the pipes during transit to avoid undue sagging
and consequent distortion. After the pipes are carefully stacked, props should be retained till
pipes are joined in trenches and then props are re-used for subsequent similar operations. The
stacking ground, both in the Contractor's yard and at the site of laying shall be selected in such
a way as not to get waterlogged during monsoon. If this cannot be done, the pipes shall be
supported on sleepers to avoid contact with wet earth and subsequent rusting. In order to
prevent sagging during transit, savings of steel Coils can be utilized by cutting to the required
length and tacking the same to the pipe ends, in place of props, if approved by the Engineer.
As explained in earlier paragraphs, materials such as pipes, tapers, etc. may be transported to
the site of laying as soon as the material is finished in all respects with the permission of the
Engineer to avoid congestion in the Contractor's yard. However, materials such as expansion
joints, composite bends, `T' branches and other complicated materials shall be stacked in the
Contractor's yard until they are required for laying in the field. In view of this, the work of
fabrication of such materials shall be properly synchronized as far as possible with the laying
operations.
Fabricated materials such as specials, appurtenances, bolts, nuts, distance pipes, flanges,
saddles, collars bypass arrangements etc. shall be transported to the site of laying from the
fabrication shop according to the needs of the laying operations only. In regards access roads,
the Contractor shall note that access road may lead up to some points on the alignment the
Contractor shall have to make his own arrangement for connecting approaches to transport the
pipes cross country to the actual site of laying at his own cost. Whatever may be the mode of
transport he uses it shall be incumbent on the Contractor to carry and stack the pipes and
specials along the alignment as close as possible to the site of laying.
Great care shall be taken in handling the pipe right from the first operation of manufacture until
they are laid and jointed. The Contractor will provide temporary props as described earlier in
order to prevent any sagging of the pipes while they are stacked in their yard and while
transporting to the site of delivery, i.e. laying. The props shall be retained until the pipes are laid
and welded. If at any time these props are found to be dislodged or disturbed, the Contractor
shall immediately reinstate them in such a way that the true shape of the pipe shell or specials is
1.4.19.4 Dents
Whenever any dent, i.e. a significant alteration of the curvature of the pipe shell is noticed, the
depth of the dent shall be measured between the lowest point of the dent and the pipe shell
curvature line. All dents exceeding 2 percent of the outer diameter of the pipe shall be removed
by cutting out a cylindrical portion of the pipe and replacing the same by an undamaged piece of
the pipe. The Engineer may permit insert patching if the diameter of the patch is less than 25
percent of the nominal diameter of the pipe. Repairs by hammering with or without heating
shall not be permitted. Any damage to the coating shall also be carefully examined and rectified.
1.4.19.5 Marking
The component parts of the pipes shall be carefully marked for identification in the field. The
marking shall be on the side which will be the inside of the pipe after bending.
The marking operation shall be conducted with full size rulers. Only blunt nose punches should
be used.
The Coils used for fabrication of pipes shall be laid out in such a way that whe n the shells are
completed one set of original identification markings for the material will be plainly visible. In
case these markings are unavoidably cut out, they shall be accurately transferred by the
Contractor to a location where these markings will be visible on the completed work.
After the hydraulic tests on the specials and other items, the number of the shell in the line as it
will be erected and the direction of flow shall be stamped in a prominent manner on each piece.
A register shall be maintained in suitable Performa giving the following information for each
shell tested:
Serial No.
Shell No.
Date of test
Erection of fabricated shells shall be carried out by the Contractor who shall equip himself, at
his cost, with all necessary tools, machinery, labour, etc. required for the purpose.
1.4.20.2 Welding
Except for routine welding of joints, no other work shall be done in the absence of Contractor's
engineer, either during the day time or at night. Chipping shall not be kept in arrears for more
than 15 joints.
1.4.20.3 Temperature
The components of the pipeline such as base Coils, top Coils and pedestals have been so
designed that the centres of the Coils and pedestals shall coincide at the Mean Temperature
(30°).
For ascertaining the temperature, the Contractor shall provide mercury cups and fix them to the
pipe shell from outside and shall also provide thermometers of the required type and range. No
extra payment shall be made for this.
In addition to above, the pipe shall be held in position on saddles with two numbers 50mm x
8mm thick holding down traps fixed to the saddles with holding down bolts and nuts.
12 to 20 3 mm 0.25 t
20 to 40 3 mm 5 mm
40 to 50 3 mm 1/8 t
The best of welders as selected from their work in the Contractor's workshop shall be selected
for in-situ welding of the shells. The relevant provision under welding such as qualification
standard for welding procedures, tests on welder's work and removal of defects etc., shall also
apply to in-situ welding.
Pipe laying shall generally start from the fixity points on either side, the expansion joints if
required for pipeline aboveground being provided last. Fixing points are at all anchor blocks.
Where such blocks are not required for long lengths, fixity shall be achieved by fixing the
pipeline to the special type of R.C.C. or steel saddles as specified. The distance between
successive fixity points shall not exceed 300 m.
Thrust and Anchor blocks shall be constructed before commencing the pipe laying work in any
section. The construction of the blocks shall be carried out in 3 stages: in the first stage the
lower part up to 150 mm below the invert of the pipeline including concrete chairs to support it
The fixity saddles and ordinary saddles if the pipeline is aboveground shall be cast -at least 3
weeks before the pipeline is laid on them. After all saddles between successive fixity points have
been cast, a line plan showing the actual position thereof shall be prepared, after taking levels
and measuring distances. In case of any errors in casting the pedestals, corrections shall be
applied. The pipe laying work shall then start from the fixity points and shall proceed towards
the expansion joints. The method of jointing the pipes and erecting them on previously cast
R.C.C. saddles shall be determined by the Contractor depending upon the type of plant
equipment and personnel available with them.
The pipe strakes shall be assembled in position on the saddles eithe r by the cranes, portable
gantries, shear legs or any other equipment approved by the Engineer. Normally, not more than
two pipes shall be aligned, tacked and kept in position on temporary supports. The Contractor
shall not proceed with further work, until the circumferential joints of these pipes are fully
welded. During assembly, the pipeline shall be supported on wooden sleepers and wedges, with
the free end of the pipeline held in position by slings to avoid deflection due to temperature
variations during the day. In general, the assembly of pipe strakes and one run of welding shall
be done during the day time while full welding including the external gouging and sealing runs
shall be done after 5 p.m. or so. The Contractor shall maintain the continuity of the work by
adding two more pipes on the second day in a similar manner, after full welding of the previous
joints is completed during the night. While this new work is being done, the Contractor shall
proceed with the work of providing permanent supports for the pipeline assembled and welded
previously.
The expansion joints are normally supplied without packing. The normal length of the
expansion joint shall be reduced by about 100 mm by cutting the inside locks and inserting the
inner strake by means of turn buckles. At mean temperature this expansion joint shall be
inserted inside the gap (care being taken to keep the tapered portion on the down-stream side),
and both ends shall be tack welded to the pipe ends, after pulling the expansion joint. (Tacks of
these two joints shall be of longer length, approximately 100 mm long).
Welding of these two joints of the expansion joints shall be started only after it is ascertained by
taking observations that the expansion joint is functioning properly. The procedure to be
followed for taking observations as specified.
1.4.22.2 Case when `Y' plus `Z' is less than `X' (i.e. fixing of expansion joints with strap)
The expansion joint shall be laid in locked position. Before laying the pipes adjacent to the
expansion joint, the exact gap between the pipes shall be calculated by taking measurements of
the first pipe (upstream of the expansion joint), and the second pipe (downstream of the
expansion joint) at Mean Temperature.
If the gap is less than 100 mm, the second pipe shall be cut to make the desired gap of at least
100 mm. If the gap is more than 200 mm, suitable distance piece of not less than 600 mm shall
be inserted after cutting necessary length of the first pipe.
The second pipe shall then be laid in position. Then a strap of length equal to three times the gap
length shall be welded to the pipe, overlapping the second pipe by the gap length. The other end
of the strip shall be kept free.
Welding of the joints between the strap and the first pipe shall be started only after
observations are over and it is ascertained that the expansion joint is functioning properly.
1.4.22.3 Observations
Before fixing the expansion joint, two mercury cups - one on the left and the other on the right
side - shall be fixed on the pipe near the upstream side of the expansion joint.
Immediately after the expansion joint in case (a) above or the strap in case (b) above is tack
welded, observations for total expansion or contraction shall be started and continued for 48
hours round the clock. Similarly, the central and end fixity pedestals shall be kept constantly
under observation.
The expansion and contraction shall be measured by making a temporary marking on the inner
strake (on the upstream side) and measuring the distance between this mark and the edge of
the gland of the expansion joint.
In case the pipeline is laid in trenches as shown on the drawing, after welding and field testing,
the trench shall be filled with selected material up to 300 mm above pipes. This backfill shall be
provided in layers not more than 150 mm, with a density more than 70 to 80% of the standard
proctor density. Samples shall be tested as directed by the Engineer. Remaining depth of
trenches shall be filled with ground backfill material.
1.4.23.2 Bends
Bends shall be fabricated taking into account the vertical and horizontal angles for each
case.
The bends shall have welded joints and the upstream and downstream ends of each
bend shall have a straight piece of variable lengths as required.
Bends shall be designed with deflection angle of maximum 10 deg. between segments.
When the point of intersection of a horizontal angle coincides with that of a vertical
angle, or when these points can be made to coincide, a single combined or compound
bend shall be used, designed to accommodate both the angles. The combined bend
should have a pipe angle equal to the developed angle, arrived at from appropriate
formula.
All joints in bends shall be thermally stress relieved as specified.
Details of thrust collars anchor bolts, holding down straps, saddle Coils should be
furnished together with full specifications in Contractor's fabrication drawing.
1.4.23.3 Manholes
Manholes of 750-mm dia. shall be provided at both the sides of butterfly valves and as directed
by Engineer-In-Charge. Manholes in the pipeline shall be placed in suitable position in the top
quadrant.
The Contractor shall fabricate different parts of manhole in conformity with relevant IS
Specification, well-established practices and as directed by the Engineer.
1.4.23.7 Flanges
Flanges shall be provided at the end of pipes or special where sluice valves, blank flanges,
tapers, etc. have to be introduced. The flanges received from the MANUFACTURERs will have
necessary bolt holes drilled. The Contractor shall assemble the flanges in the exact position by
marginal cutting, 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 the welding protrudes beyond the face of the flanges. In case the welding protrudes
beyond the flanges and if the Engineer orders that such protrusions shall be removed, the
Contractor shall file or chip them off. If required and when ordered by the Engineer, the
Contractor shall provide and weld gusset stiffeners, as directed on site. The drilling pattern shall
be matching with the drilling pattern of flanges of valves.
All fillet welds shall have a throat thickness of not less than 0.7 times the width of welding.
During the test, the pipe shall be struck sharp blows with 1 Kg hammer. Water shall not spout,
ooze or sweat either through joints-welded or bolted or the body of the pipe. If any leakage
noticed shall be repaired by the Contractor, which shall include coating and repairing of the
damaged portion. Repairs and replacements and further testing including the cost of the Coils
and other raw materials shall be carried out by the Contractor at his own cost. If any leakages
are observed during the defects liability period due to defective workmanship or material
supplied by the Contractor, he shall repair the same to the entire satisfaction of the Employer, at
his own cost.
TSCCL shall assist the contractor in identifying the source & in obtaining permission for drawl of
water for field-testing of pipe. The contractor shall pay for the water and carry the water to the
test location at his cost. The cost of hydraulic testing of the installation by providing necessary
testing equipment, pumping the water, creating and maintaining pressure, and the necessary
bulk heads and their fixtures, and their subsequent removal and restoring the installation to
working trim shall be included in the rate for laying and testing of the pipe. TSCCL may also
provide water for testing and civil construction work from its adjacent pipeline at a rate of Rs.
4/- per Kiloliter, if feasible. Contractor shall seek prior permission of deptt in writing and sh all
water meter at his own expense.
It is mandatory that he shall submit an approach note on how he will carry out this Work within
the contractual period and on the compatible resources in terms of construction equipment and
other facilities that he shall utilize to complete the tendered Work.
Education of crew members as to the need for avoiding contamination of the main during
construction is fundamental. Contractors and workmen should be thoroughly familiar with all
pertinent state and local requirements governing installation of mains. All sewers, water mains
and other underground conduits should be located prior to construction, relocated if necessary,
to prevent contamination during construction. Pipe should be strung on high ground. At all
times when construction is not actually in progress, watertight plugs should be installed in all
pipe openings. Gunny sack and rags are not adequate. Provision should be made to pump any
other water that might collect in the trench. Special care should be taken to avoid contamination
After pressure testing the main, it should be flushed with clean water at sufficient velocity to
remove all dirt and other foreign materials in the constructed pipeline. When this process has
been completed, disinfection (using, sodium hypochlorite) should proceed by one of the
recommended methods as described in the following-
Continuous Feed
In this method, water from the distribution system or other approved source and the chlorine is
fed at constant rate into the new main at a concentration of atleast 20 mg/1. A properly
adjusted hypochlorite solution injected into the main with a hypo-chlorinator, chlorinator and if
required, booster pump may be used. The chlorine residual should be checked at intervals to
ensure that the proper level is maintained. Chlorine application should continue until the entire
main is filled. All valves, hydrants, etc., along the main should be operated to ensure their proper
disinfection. The water should remain in the main for a minimum of 24 hours. Following the 24
hours period no less than 10 mg/1 chlorine residual should remain in the main. The Contractor
is requested to provide photo and take a record of the value of chlorine residual at starting point
and after 24 hours before completion of work. The Employers Engineer shall jointly check the
test at sites. If the value is insufficient, the disinfections work shall be repeated until satisfactory
results are achieved. Waste chlorine residual water must be neutralized before it is discharged
to any drainage, as per approval of Employers Engineer.
Slug Method
In this method a continuous flow of water is fed with a constant dose of chlorine (as in the
previous method) but with rates proportioned to give a chlorine concentration of at least 300
mg/1. The chlorine is applied continuously for a period of time to provide a column of
chlorinated water that contacts all interior surfaces of the main for a period of at least 3 hours.
As the slug passes tees, crosses, etc., proper valves shall be operated to ensure their disinfection.
This method is used principally for large diameter mains where continuous feed is impractical.
Regardless of the method used, it is necessary to make certain that backflow of the strong
chlorine solution into the supplying line does not occur. Following the prescr ibed contact
period, the chlorinated water should be flushed to waste until the remaining water has a
chlorine residual approximating that throughout the rest of the system. Bacteriological tests as
The area or pipe line to be disinfected shall be fed with chlorine solution from up stream under
flowing water condition, and then the area shall be blocked after make sure to reaching more
than 20 mg/l. The chlorine solution fed in the pipeline needs to wait for 1 day before starting
measurement of residual chlorine. After 3 days later, the chlorine residual value shall be tested
at sampling points at up-stream and at downstream near to end to check whether the value is in
range or not.
The Contractor shall provide photo and take a record of the value of chlorine residual at starting
point and after 24 hours before completion of work.
The Employers Engineer shall jointly check the test at sites. If the value is insufficient, the
disinfection work shall be repeated until satisfactory results are achieved.
Waste chlorine residual water must be neutralized before it is discharged to any drainage, as
approved by Employers Engineer.
Puddle flanges shall be fitted to pipes where the structure through which they pass is required
to take thrust resulting from the pipe. Puddle flanges shall also be fitted where a water barrier
is required. All puddle flanges shall be clearly shown on the drawings and the resultant thrust
1.6.3 Flanges
Flanges shall be provided at the end of pipes or special where valves, blank flanges,
tapers/reducer, etc. have to be introduced. The flanges received from the manufacturers shall
have necessary bolt holes drilled. The Contractor shall assemble the flanges in the exact position
by marginal cutting if necessary, so as to get the desired position of the valves, etc. either
vertical or horizontal and shall then fully weld the flanges from both sides in such a way that no
part of the welding protrudes beyond the face of the flanges. In case the welding protrudes
beyond the flanges and if the Employer’s Engineer orders that such protrusions shall be
removed, the Contractor shall file or chip them off. If required and when directed by the
Employer’s Engineer, the Contractor shall provide and weld gusset stiffeners, as directed on site.
Air valve shall be of double orifice type with a large orifice for ventilation for exhaust of the
pipeline and small orifice for release of air under working pressure. The valve shall be suitable
for maximum working pressure in the system. All air valve shall be provided with isolating
sluice valve and flanged end connection.
Air valve shall be design to prevent premature closure prior to all air having been dis charge
from the line. The orifice shall be positively sealed in the close position but float (Ball) shall only
be raised by the liquid and not by mixer of air and liquid. The sealing shall be design to prevent
the floats striking after long period in the close position.
All branched outlets including outlets for Air valves will be with compensation pads (Dia of
Main For branch Dia ratio greater than 3). Diameter of compensation pad will not be less than
For outlets with above ratio less than three, then the joints will be of plate reinforcement type.
The aperture of valves must be properly designed for which the contractor shall submit design
calculations for necessary approvals before the procurement of valves.
The air valve should be as per IS: 14845 of minimum PN 1.0 rating.
All branched outlets including air valve tee‘s will be provided with one 15mm BSP coupling duly
plugged for measurement of pressure in due course. The closing plug will be in Stainless Steel
(AISI 304 or equivalent) with Hex. Head. and will be provided with copper washer for sealing.
All flanges will be drilled as per I.S. 1538.
The dismantling joint shall be designed for a hydrostatic pressure of 10 kg/sq.cm. The sliding
flange shall be machined smooth and shall slide at least 30 mm to disengage fully mating flange.
All the fasteners for the dismantling joint shall be of SS 304. These shall be completely leak
proof with proper gasket arrangement. Flange dimensions shall conform to latest relevant IS
code. Flanged specials shall be supplied with required nuts, bolts and rubber gaskets. The
dismantling joint shall be internally and externally coated with hot applied (dip) bituminous
paint.
Ball supports shall be of the floating ball or trunnion type. If line pressure is too low to ensure a
positive leak-free seal, built-in seat loading devices, or specially shaped seatings shall be used to
ensure sealing
The valve shall be globe/inline or angular pattern design. The body shall have a replaceable,
raised, stainless steel seat ring. The valve shall have an unobstructed flow path with no stem
guides, bearings, or supporting ribs. The body and cover shall be ductile iron. All external bolts,
nuts, and studs shall be Duplex coated. All valve components shall be accessible and serviceable
without removing the valve from the pipeline. The main valve body internals shall consist of
only three parts i.e. body, diaphragm and top cover thus minimizing maintenance. The
diaphragm shall provide uniform pressure distribution around the sealing area and prevents
deformation to diaphragm to ensure longer maintenance free operation.
The valves should be of single/double chamber, self-actuating automatic valves and no other
external means either electrical/pneumatic should be required to operate the valve. The entire
actuator assembly (seal disk to top cover) shall be removable from the valve as an integral unit.
The internal valve component shall be accessible, removable and repairable without removing
the valve body from the pipeline. The stainless steel valve shaft shall be center guided by a
bearing in the separating partition.
The valves should be pilot operated, 2-way adjustable, capable of being preset at a constant
outlet pressure from a higher upstream pressure and they shall be drop -tight under no-flow
conditions.
A pressure gauge shall be provided to indicate downstream pressure over the operating range
of the valve. Valve operation shall be controlled by the interaction of the inlet pressure, outlet
pressure and an intermediate pressure produced by a pilot valve or relay system acting on the
upper side of the main valve.
The valve manufacturer shall be certified according to the ISO 9001 Quality Assurance Standard.
The valve should be of proven design and should have been successfully install ed and running
in similar projects, credentials should be submitted to prove the same, subject to approval of the
owner.
Valves shall be flanged and drilled to BS 4504 for the operating pressure required.
Common reservoirs are used to supply water to different areas/zones. The rate of flow of water
at inlet to each zone/parts of zone must be limited, so that all zones/areas get the allocated
demand, corresponding to that particular area.
Hence the network shall be provided with Flow rate control/set valve which will have follow ing
function:
1. Flow rate limiting function: This function in the valve will ensure that the flow rate across the
valve will not exceed a set flow rate limit. This flow rate limit is set with the help of a specially
designed orifice installed at the downstream of the control valve.
Any other appurtenances like strainers, isolation valves, upstream and downstream
reducer/tapers, complete set of nuts, bolts washers, gasket etc. for fixing valve to main pipe line
shall be in vendor’s scope of supply. Drill std. of flanged ends shall be as IS:9523 table 4/5 for
PN1.0 and PN1.6 rating for nominal sizes of 80mm and above. Below nominal size of 80mm,
drill std. shall be as per IS:6392 table 17.
All kinds of pilot line/tapping line with fittings and piping components necessary for operating
pilot for the hydraulic valves from pipe/tank bottom etc. shall be completely in vendor’s scope
of supply. The control valve will have an orifice plate installed inside a housed chamber
(provided by the valve manufacturer). The control valve is normally open when the flow rate
passes through the valve. When there is an increase in flow rate, the flow rate pilot senses the
increased pressure drop across the orifice plate and tends to close the main valve, thus reduci ng
flow rate to set point.
The control valve shall be diaphragm type (self-medium operated). The hydraulic valve shall be
a flow rate limit/set valve provided with 2 way differential metal pilot. The valve shall be
globe/inline or angular pattern type. The main valve body internals shall consist of only three
parts i.e. body, diaphragm and top cover thus minimizing maintenance. The diaphragm shall
provide uniform pressure distribution around the sealing area and prevents deformation to
diaphragm to ensure longer maintenance free operation. The diaphragm shall be the only
moving part and shall form a sealed chamber in the upper portion of the valve separation
operating pressure from line pressure. The diaphragm should seat on the body itself. Packing
glands or stuffing boxes or pistons shall not be permitted. The control tubing of SS/copper
including the brass pilot/s shall ensure that the hydraulic valve functions as per customer
requirement. The valve shall have a self-cleaning filter to avoid any possibility of dirt build up in
the control tubing.
The valves shall have coating of RILSAN grade T BLUE 7443 MAC and EPDM diaphragm
(reinforced with nylon mesh)
1.1. INTRODUCTION
This part of the Employer’s Requirements sets out the general standards for mechanical
equipment to be provided by the contractor within the existing pumping stations. Reference to
any specific item does not necessarily imply that such plant is to be included in the Works. All
machinery/ equipment used for the Works shall, unless otherwise specified, comply with the
provisions of this chapter and shall always conform to the latest applicable codes and standards.
All pumps shall be energy efficient pumps with VFD drives.
1 IS 6595 (Part II) Horizontal centrifugal pumps for clear, cold and fresh
water.
2 IS 9137 Code for Acceptance Tests for Centrifugal, Mixed
3 IS 13537 flow and
4 ISO 5199
5 ISO 2373 Axial pumps.
6 IS 5120 Standards of the Hydraulic Institute of USA.
7 IS 11732 Balancing of impeller.
Performance test of pumps
1.3.4. SHAFT
Single integral shaft, shall be designed to withstand the torque loads throughout the whole
range of operating conditions, for the selected particular impeller diameter as well as all
the impeller diameters covered between minimum and maximum impeller diameters
when coupled to the motor shaft through flexible coupling. The shaft design should also
include the possibility of running the pump with an electric motor of higher power rating
meant for future expansion with increased impeller diameters.
1.3.9. FLANGES
Flanges shall be machined flat, with flange faces vertical and at right angles to the pump
mounting surface. Cast iron flange drilling and thickness shall conform to IS 15 38, (part IV
and VI) for ID upto 1500mm and to IS 6392 for ID greater than 1500mm.
1.3.10. BEARINGS
Bearings shall be either grease or oil lubricated and should absorb the radial and axial
thrusts, under all operating conditions. Anti-friction bearing shall be of standard type and
shall be selected to give 20,000 hours continuous operation at rated operating conditions.
The rise in bearing oil/grease temperature with continuous running of the pump shall be
within the allowable limits which shall not exceed 20°C for grease and 30°C for oil
lubricated bearings above ambient temperature. Cooling arrangements shall be provided if
required. Bush bearings will not be acceptable.
COUPLING
A flexible pin bush type coupling shall be provided, duly bored and keyed to the pump and
motor shafts.
The coupling and the pump shafts have to be designed so that the breaking load of the
coupling system is slightly below that of the shaft.
A mild steel fabricated coupling guard shall be provided to provide a safeguard against the
open rotating parts of the pump and motor.
Eye bolts (as many as required for safety), shall be provided for ease of lifting and
installation.
Pumps complete with casing and volute assembly and impeller, Motor, shafts, Shaft
sleeves, Gland packing, Bearing assembly, Coupling, Coupling guard, Base plate,
Foundation bolts, fittings, Fasteners, Inserts, Name plates, Companion flanges etc.
complete for successful commissioning of pumps.
Priming Cock.
Suitable piping for collection and leading off gland leaks etc. up to discharge point.
Priming Cock.
At least one working and one standby unit of vacuum pump + motor of suitable capacity
and rating for priming arrangements of main pumps complete with all piping
accessories and connection and potable water tank.
Each pump shall be tested at the manufacturer's factory in accordance with BS EN ISO
9906:2000 or other relevant standards in conjunction with one of the contract motors.
This test shall be carried out on at least one pump set using the flexible coupling and contract
drive shaft arrangement to establish that the drive arrangement with supports and couplings
operates satisfactorily under all operating conditions.
Where similar drive shaft arrangements have been installed by the Contractor and have been
proven satisfactory in service this requirement may be withdrawn subject to the approval of the
Engineer.
A test shall be carried out of the performance from closed valve to the maximum quantity that
can be delivered under abnormally low discharge heads.
Sufficient readings shall be taken at each test to produce accurate curves of the heads, flow,
pump speed and power required at pump coupling throughout the operating range of the pump.
In the absence of the approved test certificates the supplier shall carry out a test on one pump of
each type to verify the NPSH requirement based upon the 3% output drop criterion and shall
take approval of Employers Engineer.
Test Certificates in duplicate shall be submitted to the Engineer immediately following each of
the tests mentioned above. Performance curves shall also be incorporated in the Operation and
Maintenance Manual.
1. Road restoration is a critical activity which requires special attention of the contractor.
Following guidelines should be followed:
a) The contractor shall have to restore the road up to WMM stage including refilling trench
in layers, watering, rolling and compacting to within 10days after trenching is
completed in a particular street/reach. The contractor shall ensure that uncovered WBM
length in total does not exceed 5.0KM at any stage of work and will complete the
bituminous work regularly.
b) Contractor shall erect informatory board at his own cost showing type of work,
inconvenience expected & timeline for various construction activities going to take place
in a particular street or a particular reach of road as per direction of Engineer in charge.
c) Contractor shall deploy a community outreach team headed by a qualified social expert
(post graduate in sociology) having minimum 3 years experience of social activity work
with government recognized NGO or other government institutes to make strong
relation with public prior to start of work in a particular ward/ area.
d) The contractor shall have to do the sequencing of activities as per direction of engineer
in charge to synchronize pipe line work to minimize the road excavation and restoration
in the street which will have pipe lines.
e) The cutting of existing C.C. pavement shall be done by using mechanical cutter to ensure
cutting in regular line and the laying of C.C pavement shall be done below 30 degree
ambient temperature.
f) All Work shall be as per MoRTH specifications.
All the works shall follow Andhra Pradesh Detailed Standard Specifications and Central Public
Works Department (CPWD) Specifications.
To,
The Managing Director,
Tirupati Smart City Corporation Limited (TSCCL),
Tirupati Municipal Corporation, 13-29-M9-1-00,
Tilak Road, East Tirupati, Chittoor District,
Andhra Pradesh. Pin Code : 517501
1. Having examined the Conditions of Contract, Specifications, Drawings and Addenda for
the execution of the above named Works, we, the undersigned, offer to survey, design,
execute and complete such Works and remedy any defects therein in conformity with the
Conditions of Contract, Specifications, Drawings, Design Criteria, Scope of Work and
Addenda for the sum of Rs. ………………………………. (In words : Rupees )or
such other sum as may be ascertained in accordance with the said Conditions.
2. We acknowledge that the Volume I, Volume II, Volume III and Volume – IV form part of
Tender.
4. We agree to abide by this Tender for the period of 120 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
5. The contract is not complete and binding between us Unless and until a formal
Agreement is prepared and executed for this Tender, together with your written
acceptance thereof.
6. We understand that you are not bound to accept the lowest or any tender you may
receive.
Sl. % of weightage in
Description
No. the contract price
O&M Cost shall be paid quarterly based on O&M cost Quoted and KPI
Note: The EPC agency shall furnish detailed estimates, BOQs based on approved drawings as
per provisions of the Deliverables. The above payment schedule can be sub divided in to
various subcomponents with appropriate percentage breakup as per the estimate and
BoQs approved by the Departmental Authorities but within the overall percentage
breakup of each component as approved by EPC Committee-I.
1.2 The contractor/EPC Agency shall be subject to the following penalties for failure to carry
out its operations as indicated below during “Performance Based O&M period” (7 years
including DLP of 2 years) under Normal Operating Conditions. The Key Performance
Indicators (KPIs) are as follows. The KPIs will be monitored through the Senoir Citizen
Charter of Tirupati Municipal Corporation and accordingly the EPC Agency will be
penalized for not complying with the following KPIs.
NOTE: 1. For intermediate stage under each of the above items, payment can be made on a pro
rata basis.
Unit Rates :
b)
c)
d)
e)
The Managing Director, Tirupati Smart City Corporation Limited reserves the right to approve /
reject the above quoted rates.
The Bidder shall accept the unit rates as per the following order of priority.
1. APSSR for the year 2017-18
2. As per prevailing Market rate analysis.
Name of Contract “Water Supply Distribution Network Improvements for NRW Reduction and
Continuous Water Supply in ABD Area and Performance based Operation
and Maintenance for 7 years including Defect Liability Period [DLP] of 2
years under implementation of Smart City Mission in Tirupati”
Amount
Sub (In Rs. Lakh)
Description Units
Head
In Figure In Words
DATA SHEET –1
Bidder’s Appreciation of the Project
This should also consist of a report on the Bidder’s appreciation of the project, which should
include a section on the site inspection carried out prior to bidding, and demonstrate awareness
and understanding of all the principle technical and logistic aspects related to p roject
construction.
The bidder shall submit, descriptions of proposed project components, adhering to the basic
parameters indicated in the bid document along with relevant drawings. The information
should be submitted in sufficient details to allow an assessment of the general adequacy of
the Bidder’s proposals, Sketches, drawings and diagrams along with salient design details,
where necessary should be included.
The bidder shall submit in brief descriptions of proposed methods, sequences, facilities and
layouts to be used for execution of water supply, sewerage and road works. This should cover the
following.
Working facilities
Infrastructure works
Civil works
Water supply
Road work
The information submitted should be such as to allow an assessment of the general adequacy of
the Bidder’s proposal. The information shall include number and classification of manpower,
equipment and materials proposed to be deployed for each of the branch activities.
For specific positions essential to contract implementation, the bidder should provide the
proposed deployment of key personnel (for Surveys, Detailed Investigation, Soil Exploration,
Design and Engineering, Civil construction, Hydro-mechanical works, E & M works). Bio-Data of
each of the personnel proposed to be deployed for various activities shall be included in
separate sheets for each candidate.
Name of Tenderer
Academic Qualifications
Sl. Designation/ Post
Name of Person and Experiences in Remarks
No. Held/ Status
Similar Works.
Signature of Tenderer
Name of Tenderer
The bidder should list out all major equipment, which he proposes to use for construction works.
This should include their numbers, capacities and whether equipment proposed is to be purchased
new or existing equipment is to be used. In respect of existing equipment, year of manufacture and
current ownership is to be stated. Numbers of above equipment to be deployed during various
periods of construction as necessary considering the construction programme shall also be
included.
organization where
machinery is in use
Present condition
Age of Machinery
Present Location
hypothecated to
Kind and Make
machinery is
Whether the
any bank or
No. of Units
address of
institution
Capacity
S.
No.
1 2 3 4 5 6 7 8 9
Signature of Tenderer
The bidder shall list out the proposed subcontractors. The information shall be submitted in the
following format. The subcontractors (s) proposed to be associated for respective category of work,
must have experience of planning and construction of similar type of work at least in one project
costing not less than 50% of the proposed value of work proposed to be sublet.
Section of works
Name (s) address (es) of subcontractors
Description & location of similar works previously executed*
The bidder shall submit, in outline, descriptions of proposed sourcing of key materials.
The bidder shall submit a construction program in bar chart from – together with
corresponding critical path network, which starts at the date of commencement and shows in
details all the key activities.
The bidder shall submit, in outline, description of proposed quality control and quality assurance
system for the implementation of the project. This shall also include the proposed testing
laboratories with the testing equipment, key personnel for filed quality control and inspection
and laboratory work.
Sl.
Description Remarks
No
1 2 3
1 Copy of Contractors valid registration under appropriate Class with Yes/No
Government of Andhra Pradesh
2 EMD certificate Yes/No
3 Transaction fee certificate Yes/No
4 Copy of PAN card along with a copy of latest Income Tax returns submitted Yes/No
along with proof of receipt
5 Copies of GST Registration certificate in the prescribed proforma Yes/No
6 Details of civil engineering works executed during the last ten financial Yes/No
years on the tenderer’s name in Statement - I with supporting certificates
7 Details of similar works (i.e., External Development and Landscape/ Park Yes/No
Development) completed as prime contractor (in the same name) during
the last ten financial years in Statement - II with supporting certificates
8 Quantities of works executed in External Development and Landscape/ Park Yes/No
Development works as prime contractor (in the same name) during the last
ten financial years in Statement - III with supporting certificates
9 Details of existing commitments i.e., works on hand and works for which Yes/No
tenders are submitted in Statement - IV with supporting certificates
10 Availability of critical equipment in Statement – V Yes/No
11 Scanned copy of declaration on critical equipment on non-judicial stamp Yes/No
paper worth of Rs.100/-
12 Availability of key personnel in Statement – VI Yes/No
13 Litigation history in Statement – VII Yes/No
14 Proof of liquid assets in the shape of Solvency certificates etc., for the Yes/No
required amount
15 Declaration in on line stating that the soft copies uploaded by them are Yes/No
genuine
16 Any other certificates required as per NIT Yes/No
DECLARATION
I/WE ………………………………………………………………. have gone through carefully all the tender
conditions and solemnly declare that I/we will abide by any penal action such as
disqualification or black listing or determination of contract or any other action deemed fit,
taken by, the Department / TSCCL Authority against us, if it is found that the statements,
documents, certificates produced by us are false / fabricated.
I/WE hereby declare that, I/WE have not been blacklisted/debarred/Suspended / demoted in
any Department / TSCCL Authority in Andhra Pradesh or in any State due to any reasons.
Sir,
I/We do hereby tender and if this tender be accepted, under take to execute the following
work viz “Water Supply Distribution Network Improvements for NRW Reduction
and Continuous Water Supply in ABD Area and Performance based Operation and
Maintenance for 7 years including Defect Liability Period [DLP] of 2 years under
implementation of Smart City Mission in Tirupati”
as shown in the drawings and described in the specifications deposited in the office of
the MD, TSCCL , TSCCL with such variations by way of alterations or additions to, and omissions
from the said works and method of payment as provided for in the “conditions of the contract”
for the sum of IBM or such other sum as may be arrived under the clause of the standard
preliminary specifications relating to “Payment on lump-sum basis or by final measurement at
unit rates”
I/WE have also quoted percentage excess or less on IBM in Schedule ‘A’ (in words and
figures) for which I/We agree to execute the work when the lumpsum payment under
the terms of the agreement is varied by payment on measurement quantities.
I/WE agreed to keep the offer in this tender valid a period of 180 (One Hundred and
Eighty) days mentioned in the tender notice and not to modify the whole or any part of
it for any reason within above period. If the tender is withdrawn by me/us for any
reasons whatsoever, the earnest money paid by me/us will be forfeited to Government
I/WE hereby distinctly and expressly, declare and acknowledge that, before the
submission of my/our tender I/We have carefully followed the instructions in the
tender notice and have read the MoRT&H (4 th revision) / A.P.S.S. and the preliminary
specifications therein and the A.P.S.S. addenda volume and that I/We have made such
examination of the contract documents and the plans, specifications and quantities and
of the location where the said work is to be done, and such investigation of the work
required to be done, and in regard to the material required to be furnished as to enable
I / WE shall not assign the contractor or sublet any portion of the same. In case if it
becomes necessary such subletting with the permission of the Executive Engineer shall
be limited to (1) Labour contract, (2) Material contract, (3) Transport contract and (4)
Engaging specialists for special item of work enjoined in A.P.S.S.
IF MY / OUR tender is not accepted the sum shall be returned to me/us on application
when intimation is sent to me/us of rejection or at the expiration of 180 (One Hundred
and Eighty) days from last date of receipt of this tender, whichever is earlier. If my/our
tender is accepted the earnest money shall be retained by the Government/TSCCL as
security for the due fulfillment of this contract. If upon written intimation to me/us by
the MD, TSCCL /Superintending Engineer / Executive Engineer’s Office, I/We fail to
attend the said office on the date herein fixed or if upon intimation being given to me/us
by the MD, TSCCL /Superintending Engineer/ Executive Engineer or acceptance of
my/our tender, and if I/We fail to make the additional security deposit or to enter into
the required agreement of the tender notice, then I/We agree the forfeiture of the
earnest money. Any notice required to be served on me/us here under shall be
sufficiently served on me/us if delivered to me/us hereunder shall be sufficiently served
on me/us if delivered to me/us personally or forwarded to me/us by post to (registered
or ordinary) or left at my/our address given herein. Such notice shall if sent by post be
deemed to have been served on me/us at the time when in due course of post it would
be delivered at the address to which it is sent.
I/WE fully understand that the written agreement to be entered into between me/us
and TSCCL shall be the foundation of the rights of the both the parties and the contract
I/WE will employ the following technical staff for supervising the work and will see that
one of them is always at site during working hours, personally checking all items of
works and pay extra attention to such works as required special attention (eg)
Reinforced concrete work.
I/WE declare that I/WE agree to recover the salaries of the technical staff actually
engaged on the work by the Department / TSCCL Authority, from the work bills, if I/We
fail to employ technical staff as per the tender condition.
2) I/WE have not been demoted to the next lower category for not filing the tenders after
buying the tender schedules in a whole year and my/our registration has not been
cancelled for a similar default in two consecutive years.
3) I/WE agree to disqualify me/us for any wrong declaration in respect of the above and to
summarily reject my/our tender.
5) I/WE hereby declare that, I/WE have not been blacklisted/ debarred/ Suspended/
demoted in any Department in Andhra Pradesh or in any State due to any reasons.
The information shall be filled in by the Tenderer in the check slip and statements I to VI and
enclosed to the Technical bid/Tender schedules which will be sued for the purposes of
verification of adequacy of information as well as evaluating the tenderer’s Compliance to the
qualification criteria as provided in the Tender in the Tender Schedule. All the Statement and
check-slip shall be submitted by the tenderer in scaled cover ‘A’.
STATUS OF BIDDER
1. Individual/Partnership Firm :
2. Place of Registration :
Bidder's name
We understand that, according to your conditions, bids must be supported by a Bid -Securing
Declaration.
We accept that we will automatically be suspended from being eligible for bidding in any
contract with the entity that invited Bids for the period of time of [insert number of months or
years] starting on [insert date], if we are in breach of our obligation(s) under the bid conditions,
because we:
(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid; or
(b) having been notified of the acceptance of our Bid by the Employer during the period of bid
validity, (i) fail or refuse to execute the Contract, if required, or (ii) fail or refuse to furnish
the Performance Security, in accordance with the Instructions to Tenderers.
We understand this Bid-Securing Declaration shall expire if we are not the successful Bidder,
upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder;
or (ii) twenty-eight days after the expiration of our Bid.
Name of the person duly authorized to sign the Bid on behalf of the Bidder ** [insert complete
name of person duly authorized to sign the Bid]
Title of the person signing the Bid [insert complete title of the person signing the Bid]
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as
Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached
with the Bid[Note: In case of a Joint Venture, the Bid-Securing Declaration must be in the name of
all members to the Joint Venture that submits the bid.]
Table of Forms
Bidder’s Qualification..........................................................................................................................................395
Statement I: Details of Civil Engineering Works Executed during the Last Ten (10) Financial Years on
the Tenderer’s Name...........................................................................................................................................396
Statement II: Details of Similar Works (i.e., External Development and Landscape/ Park Development)
Completed as Prime Contractor (In the Same Name) During the Last Ten (10) Financial Years............397
Signature of the Tenderer...................................................................................................................................398
Statement III .........................................................................................................................................................399
Quantities of works executed in External Development and Landscape/ Park Development works as
prime contractor (in the same name) during the last ten financial years...................................................399
Statement IV .........................................................................................................................................................400
Details of Existing Commitments i.e., Works on hand and works for which tenders are submitted ......400
Statement - V ........................................................................................................................................................401
Availability of Critical Equipment .....................................................................................................................401
Statement - VI .......................................................................................................................................................402
Availability of Key Personnel .............................................................................................................................402
Statement - VII......................................................................................................................................................403
Litigation History .................................................................................................................................................403
Maximum value of Civil Engineering works executed in any one year during the last (10)
Financial years by the Tenderer.
Sl. No. Financial Year Value in Rs. Update to the Price level 2018-19
1.
2.
a) Attach certificate(s) issued by the Executive Engineer concerned and counter signed by
Superintending Engineer showing work wise / year wise value of work done in respect
of all the works executed by the Tenderer during last ten years OR
b) Certificate from Chartered Accountant supported with Annual Balance Sheet tallying
with I.T. Clearance certificate.
Information
Similar Contract No.
Contract Identification
Award date
Details of similar works completed in the Name of the Tenderer during the last ten financial years.
6 7 9 10 11 12 13 14
Attach certificates issued by the Executive Engineer concerned and countersigned by the
Superintending Engineer showing work wise / year wise value of work done and date of
completion.
3. Complexity
4. Methods/Technology
6. Other Characteristics
Physical quantities executed by the Tenderer in the last ten financial years. [work wise / year
wise].
Name of work
Sl. No.
Agt.No
1 2 3 4 5 6 7 8 9 10
1
2
3
4
5
Attach certificates in support of the above quantities issued by the Executive Engineer
concerned and countersigned by the Superintending Engineer duly showing the quantities
executed year wise.
Stipulated period of
Anticipated date of
Value of work done
Updated value of
Value of contract
Balance Value of
Address of Agt.
Name of work
balance work
works to be
completion
completion
completed
Agt. No.
& Date
so far.
Sl.No
1 2 3 4 5 6 7 8 9 10
B) Details of works for which Tenders are submitted [awarded / likely to be awarded]
Estimated value of
Stipulated period
Present stage of
Address of Agt.
Date on which
Name of work
of completion
tender was
Concluding
submitted
authority
Tender.
Sl. No.
work
1 2 3 4 5 6 7
DECLARATION
“I ……………………………………. do hereby solemnly affirm and declare that I /we own
the following equipment for using on the subject work and also declare that I / We will
abide by any action such as disqualification or determination of Contract or blacklisting
or any action deemed fit, if the department detects at any stage that I/we do not possess
the equipment listed below.
Details of
Year of Regn. Any other Is it in working
Sl. No. each Capacity
purchase Number data. condition
Equipment
1 2 3 4 5 6 7
Litigation History
PROFORMA
In accordance with the provisions and conditions of Bid Notice for the work of “________________”,
Sri.______________________________(name & Address of the Contractor) shall deposit with the
Managing Director, Tirupati Smart City Corporation Limited, ( a bank guarantee to guarantee his
proper and faithful Performance under the said contract an amount of (Amount of Guarantee)
(in words)__________
We further agree to change add to or other modifications of the forms of the contract or
of works to be performed there under or of any of the contract document which may be made
between the Managing Director, Tirupati Smart City Corporation Limited, and the contractor
shall in any way release us from any liability under this guarantee and we here by waive notice
of any such change, addition or modification.
e. We undertake to pay to the Department up to the above amount upon receipt of his first
written demand, without the Department having to substantiate his demand, provided that
in his demand the Department will note the amount claimed by him is due to him owning to
the occurrence of one or both of the two conditions, specifying the occurred condition or
conditions.
This Guarantee will remain in force up to and including the date** …………………… after the dead
line for submission of Tenders as such deadline is stated in the Instructions to Tenders or as it
may be extended by the Department, notice of which extension(s) to the Bank is hereby waived.
Any demand in respect of this Guarantee should reach the Bank not later than the above date.
Yours truly,
AND WHEREAS it has been stipulated by you in the said Contract that the Contractor
shall furnish you with a Bank Guarantee by a Schedule bank for the sum specified therein as
balance EMD / EMD for compliance with his obligations in accordance with the Contract;
AND WHEREAS we have agreed to give the Contractor such a Bank Guarantee;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the Contractor, up to a total of _____________________ [amount of guarantee]
_________________________________ [in words], such sum being payable and we undertake to pay you,
upon your first written demand and without cavil or argument, any sum or sums within the
limits of ________________________ [amount of guarantee] as aforesaid without your needing to prove
or to show grounds or reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the
Contract or of the Works to be performed thereunder or of any of the contract documents which
may be made between you and the Contractor shall in any way release us from any liability
under this guarantee, and we hereby waive notice of any such change, addition or modification.
This guarantee shall be valid upto ……………………….. i.e., until 28 days from the date of
expiry of the Defects Liability period.
1 An amount shall be inserted by the bank representing the amount of the Advance Payment, and
denominated in Indian Rupees.
I/We undertake to keep the validity of the bank guarantee intact by getting it extended for time
to time at my/our own initiative upto a period of ……………………….months after the recorded
date of completion of the work or as directed by the Employer.
I/We also indemnify the Government against any losses arising out of non-encashment of back
guarantee, if any.
Deponent
Signature of Contractor
Note: The affidavit is to be given by the Executant before a first class Magistrate.
Reports and Records in four sets are to submitted to the Engineer-in-Charge by the EPC Agency.
(The Reports and Records shall have to be decided according to the nature of the Project and
will be approved by the IBM State Level )
DRAWINGS:
1.1 The plans enclosed with the tender are liable to the altered during execution of work as
per necessity of site conditions. The premium quoted by the contractor for various
items shall hold good for execution of work even with altered plans.
1.2 One set of drawings, on the basis of which actual execution of the work is to proceed
shall be furnished free of cost to the contractor by the Executive Engineer progressively
according to the work program submitted by the contractor and accepted by the
Executive Engineer. Drawings for any particular activity shall be issued to the
contractor at least 30 days in advance of the scheduled date of the start of the activity.
However, no extra claims by the contractor toward any delay in issue of drawing or
issue of any revision / change to the drawings issued earlier shall be admissible. The
Chief Engineer shall intimate the contractor 7 days in advance regarding any delay to
issue of drawings, for any particular stage of works. If work gets affected due to delay to
issue of drawings, for any particular stage of work the contractor shall be granted
extension of time in terms of condition of tender notice.
1.3 Signed drawings above shall not be deemed to be an order for work unless they entered
in the agreement or schedule of drawings under proper alterations of the contractor and
Executive Engineer or unless they have been sent of the contractor by the Executive
Engineer with a covering letter confirming that the drawing in and authority for work in
contract.
1.0 DISCREPANCIES:
2.1 In case of discrepancies between documents the following order of procedure shall
apply:-
2.1.1 Between the written description of written dimensions in the drawings and the
corresponding one in the specifications, the latter shall apply.
2.1.2 Figured dimensions shall supersede scaled dimensions. The drawings on a
larger scale shall take precedence over those on a smaller scale.
2.1.3 Drawings issued as construction drawings from time to time shall supersede
tender drawings and also the correspondence drawings previously issued.
2 ACM-TSCCL-ABD-UTI-DWG-PWS-02
18 Typical Sluice Valve Chamber Details ACM-TSCCL-ABD-UTI-DWG-PWS-12 REV. DATE DESCRIPTION SIGN.
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
19 Typical Air Valve Chamber Details ACM-TSCCL-ABD-UTI-DWG-PWS-13 TIRUPATI, Andhra Pradesh, 517501
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
20 Typical Scour Valve Chamber Details ACM-TSCCL-ABD-UTI-DWG-PWS-14 Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
21 Typical Thrust Block Details ACM-TSCCL-ABD-UTI-DWG-PWS-15 DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-00 0
DES. BY R.M SHEET NO. --
DRN. BY G.G.K. SHEET SIZE A3
CHKD. BY A.B. SCALE --
APPD. BY V.P DIMENSION --
Page 420
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
LEGENDS:
ABD BOUNDARY
CORPORATION BOUNDARY
ROADS
WARD BOUNDARY
ARUNODHAYA
NAGAR RAILWAY TRACK
LE
RC 46
I CI
ND 1 WARD NUMBER
NA
L
STA MEGHDOOT
PO TERS NAGAR
AR
QU
MADHAVPURAM
A
MIA
DAL RTS KADAP
WATER BODY
NAGA A
O
AD
RES
DR
CHAN A
R
RAM
KT RO
OAD
GOVT. ITI
IN GR
RR TI
BY
TE UPA
OU 50 - TIR
PA
NGO'S SIVA JYOTHI APA
KAD
SS
COLONY NAGAR 49
RO
AD
DWARAK
A
NAGAR
HOUSING BOARD
B P TANK COLONY PRASAN
45 SATYA
SRINAGAR
THI 42 NARAYANA
COLONY
40 NAGAR
PURAM
O
RO OA
D
LD
R ING SVRR BUS STAND AR PARK
SHN
AL
TER HOSPITAL JN KRI
A
RIY A
OU
IP
REDDI GUNTA
ARE ND Y
41
IR
A H BURRIAL KE YALA
I
RAM
RO
VI D
ARE GROUND
RESERVED FOREST 43
AD
H POST
OFFICE 44 48 TI
UPA
PACHI GUNTA - TIR VINAYAKA SAGAR
TIRUMALA HILLS 39 A RC
LE
KAD
APA LAKE
HN I ROAD
VIVEKA
VARADHARAJA
SWAMY RIS A C
Y MANG
ALAM 1
I K RA
OL
NANDA R&B SINGALA SVGP COLLEGE TEMPLE SR VA
DE
DA
CIRCLE GUES
T GUNTA
METTAR
HOUS
LIP
E
UN AL
38
D
IRI
RO I
G URR
LEELA
APSRTC
WORK
SHOP
TTD
RO
MAHAL JN
B
33 11
BERIVANI GUNTA ADMINISTRATIVE
EL B ST
33
SU
BUILDING
EC AT
TTD WO
E
LL R -
KV RICA N
EG
RK
35
CO LS
T
SHOP
34 8
AL G
IC KL
IO
L
ED 00
BHAVANI
M 30
MATERNITY NAGAR
HOSPITAL JN PANA
RAMCHANDRA 6 CHERUVU
SAKALAVARI
DELUX
HOSPITA L ROAD
MATERNITY 7 GUNTA
ANJNEYA
GIRI PURAM SWAMY
AD
TYAGA RAJA 36 TEMPLE 9
RO NEW MUNICIPAL JN
G SWAMY MANDAPAM
RI
N 37
SRINIVASA
R
AM
TE VV MAH KORLAGUNTA JN
THEATOR
PE IT
AL MOSQUE ROAD
OU
YA SKR
ET
MANDAPAM
MIDA A TATAIAH
KALYANA
S
30 SRINIVASA NAM
5
TMR
SRI RAMA R&R COLONY GUNTA
NTA
TALKIES
TEMPLE
10
GU
JYOTHI KODANDA VEGETABLE
31 TUDA ANNA
RLA
TALKIES RAMASWAMI MARKET CHERUVU
BOMMA OFFICE
TEMPLE
KO
S.V.UNIVERSITY GUNTA RAMACHANDRA
AD
TK Road
GANGAMMA
CAMPUS GUNTA 32
RO
TUDA SITE TEMPLE EYA
GARUDANJAN LE
27
BAZAAR STREET
AK
VENKATESWARA SWAMI TEMP
TIL
JUNIOR COLLEGE KOTRAMANGALAM
RAMAKRISHNA
THEERTHA
PURAM TELEPHONE
29
KATTA ST
EXCHANGE MUTHYALAMMA
TEMPLE
ANUMASAI
NARSINGA 28 POST
GUNTA
SRINIVASAM
THEERTHAM FOUR PILLAR OFFICE
4
COMPLEX
SRI PADMAVATHI MAHILA TALLAMPAKARI GUNTA
PILGRIM
MAHATI GARUDANJANEYA
AMNITE
MANDAPAM JN
VISVAVIDYALAYAM
LE
LA
JAYA SYAM & VELRAM CHINTA
A
CI
REET
HAL
R
TOWN BAZAR
TALKIES SRI VES ET
NT
e
A CLUB R E STREET JN VENKATESHEWARA MINI BUS Railway lin
RAM R ST
G CAR ST
APSRTC BUS
23 THEA
TE
TOWN CLUB JN
GOVINDA RAJA BUS STOP 26 STAND
STAND
W
PGR
S V MUSIC SWAMY TEMPLE AI H
r THEATRE NN
apu SVU COLLEGE JN C HE
KENNEDI
NAGAR
RAJA RAJESWARI TEMPLE
DR MAHAL RO
PALANI HOTEL BLISS
PRAKASAM NAGAR THEATOR 2
18
LO DY A
COLONY
CO ED AT
R NK
N
NY
TIO
VE
A
ST
AY
A ILW PALANI RESERVOIRS
TR
AD
S
WE
12
LEN
TIRUCHANUR
16
IN
DAIRY FARM JN ANNAMAYYA 3 GRAMA
NAG
CIRCLE PANCHAYAT
D
LE ROA KAIKKALA GUNTA I
ANNAMAIAH ROAD SSC TH
AR
PAL AIR BYPASS ROAD
MR AIR BYPASS ROAD
VA M
R A
BURIAL CIRCLE
GA DIR
PADMAVATHI R A
PA UR
R
AT IO A
KORRAMENI
RAYAL CHERAVU ROAD
GROUND
15 TENDER DRAWING
GA
ST AD DI
NA IN
SV NAGAR JN KALYANA P
apur
GUNTA
R IN
W
NA
N
nant 21 MANDAPAM I
IO
NE
L
HR
AL
V
A 13 NARAYANA
ST
S.V.MAHILA UNIVERSITY NARAYANAPURAM AD
MATAM VAARI PLOTS
PURAM UD R
BAIRAGI PATTEDA ROAD
TI
R
A A
RU
G AG
C
N
HA
LO EDA I
19
CO TT GH
N
A
UR
NY
PADMAVATHI PURAM
PA IR
14
BA
RO
GRAM PANCHAYAT
A
S.G.S BOYS HOSTEL
MAH
D
0 05.08.2018 FOR TENDER
IL
PERURU
R RA
A UN
GA ND
GRAM PANCHAYAT 22
NA AVE
IVER
TI
KOMADI GUNTA
A A
GH
R
NT YAN
UC
RA
SITY
CLIENT :-
20
GU VA
TSCCL
HA
SA
ROA
N
TE Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
UR
T
D
RO
D
TIRUPATI, Andhra Pradesh, 517501
AD
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
THUMMALAGUNTA
GRAM PANCHAYAT 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR ASSISTING
TIRUPATI SMART CITY CORPORATION LIMITED (TSCCL)
DRAWING TITLE
BASE MAP
ACM-TSCCL-ABD-UTI-DWG-PWS-01 0
R.M. --
G.G.K. A1
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 421
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
LEGENDS:
ABD BOUNDARY
CORPORATION BOUNDARY
RAJIV NAGAR
1350 KL
ZONE BOUNDARY
+195.50
OHSR
+190.50
+200.00
+200.00
+204.00
ZONE-14
OHSR +199.00
+184.00
ZONE-13
SV UNIVERSITY
ZONE-8
3000 KL
ZONE-15B
AUTO NAGAR - II - UDS
ZONE-15A 600 KL
+161.50
+156.50
+141.50
+142.95
AUTO NAGAR - I
1000 KL
+153.50
OHSR
+148.50 TENDER DRAWING
+133.50
ZONE-1 ZONE-3B
MR PALLE
PADMAVATHI PARK
1500 KL
ZONE-4B
ZONE-2B ZONE-2A PANCHAYAT OFFICE + 168.50
0 05-08-2018 FOR TENDER
1000 KL
+173.50 + 163.50
OHSR
+168.50
+ 148.50 CLIENT :-
+153.50
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
MAHILA UNIVERSITY
1500 KL TIRUPATI, Andhra Pradesh, 517501
SRINIVASAPURAM PARK
+ 180.00 1000 KL
+ 175.00 +165.00 CONSULTANTS:-
+160.00 AECOM INDIA Pvt.Ltd./Deloitte
+ 160.00 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
+145.00
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR ASSISTING
TIRUPATI SMART CITY CORPORATION LIMITED (TSCCL)
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-02 0
R.M. --
G.G.K. A2
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 422
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
KANDALERU - PONDI NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
CANAL
MWL +54.0 m
LWL +50.7 m
34.50 m
P P P P
3 nos 650 LPS or 54 MLD -275 KW or 370 HP
1 No 325 LPS or 27 MLD -160 KW or 215 HP
HEAD : 32.00 M
5564 ml CAPACITY
P
P
P
1100 MM PSC
PUMPING
KAILASAGIRI
2790 m
MANGALAM WTP-2
HEAD : 41.00 M RESERVOIR
31.5 MLD
10970 m
GRAVITY
GRAVITATAIONAL HEAD
DIFFERENCE : 12.00 M
13517 m
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
ACM-TSCCL-ABD-UTI-DWG-PWS-03 0
R.M. --
G.G.K. A3
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 423
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
LEGENDS:
ABD BOUNDARY
CORPORATION BOUNDARY
ZONE BOUNDARY
ZONE-9B
+ 138.00
MADHAVA NAGAR
1000 KL
OHSR
ZONE-10
OHSR
+168.90 PROPOSED 250 DI DN K7 ELSR's UNDER AMRUT 2015 -16
NGO COLONY +163.90
1800 KL GRAVITY MAIN ( LENGTH-425M)
+186.50
OHSR +148.90
+181.50
ZONE-10 GRAVITY MAIN ( LENGTH-220M) PROPOSED 300 DI DN K9 OHSR
+166.50
PUMPING MAIN ( LENGTH-1200M) ELSR's UNDER AMRUT 2016 -20
PROPOSED 350 DI DN K9 MUNICIPAL PARK GLSR MAIN ( LENGTH-820M)
2300 KL
PUMPING MAIN ( LENGTH-380M)
+161.00 GLSR ZONE-5A
+157.00
ZONE-9B
PRAKASHAM PARK
1700 KL PROPOSED ELSR
ZONE-14 +174.50 ZONE-12A,12B MAIN ( LENGTH-2620M)
OHSR
+169.50
MEDICAL COLLEGE 1200 KL
PUMPINGMAIN
3000 KL
+204.00 OHSR
+219.00
( LENGTH-1040M) +154.50 PUMPING MAIN
GLSR +215.00 PUMPING MAIN ( LENGTH-1230M)
ZONE-11
( LENGTH-1160M) PROPOSED 350 DI DN K9 PROPOSED 600 DI DN K7
+200.00
PROPOSED 400 DI DN K9 GRAVITY MAIN ( LENGTH-6260M)
+200.00
PROPOSED 350 DI DN K9 GRAVITY MAIN ( LENGTH-100M)
P P
PUMPING MAIN
GRAVITY MAIN ( LENGTH-1110M) ZONE-13AZONE-12A
LEELA SRIRAM NAGAR ( LENGTH-170M)
RAILWAY COLONY MAHAL
2000 KL OHSR
+164.15 750 KL
PUMPINGMAIN +159.15
+185.00
OHSR
( LENGTH-900M) SPJNM SCHOOL +181.00
1150 KL
ZONE-11 +199.50
+144.15
OHSR
+194.50 ZONE-12C +166.00 ZONE-7B
ZONE-14
ZONE-13B,14,15A
1700 KL
EXISTING ELSR
+204.00
PUMPING MAIN
OHSR
OHSR +199.00 ( LENGTH-2326M)
DA M ZONE-13 PROPOSED 600 DI DN K7
ANI BP TANK @ ZONE-8
ALY +184.00 GRAVITY MAIN ( LENGTH-1690M)
MK SV UNIVERSITY
FRO 3000 KL
ZONE-6B
+133.50
TENDER DRAWING
ZONE-1 ZONE-3B
ZONE-3B
ZONE-1
MR PALLE
PADMAVATHI PARK
1500 KL
ZONE-4B
ZONE-2B PANCHAYAT OFFICE
ZONE-2A 1000 KL
+ 168.50
+ 163.50
PROPOSED 500 DI DN K7
OHSR
+173.50 GRAVITY MAIN ( LENGTH-770M)
+168.50 R0 05-08-2018 FOR TENDER
+ 148.50
+153.50 PROPOSED 200 DI DN K7
ZONE-2
GRAVITY MAIN ( LENGTH-650M)
OHSR
MAHILA UNIVERSITY PROPOSED 200 DI DN K7 ZONE-4B
CLIENT :-
1500 KL EXISTING ELSR
+ 180.00
+ 175.00 PROPOSED 250 DI DN K7
GRAVITY MAIN ( LENGTH-210M) PROPOSED 200 DI DN K7
GRAVITY MAIN ( LENGTH-50M)
SRINIVASAPURAM PARK
1000 KL
+165.00
CAPACITY:1000KL TSCCL
GRAVITY MAIN ( LENGTH-50M) +160.00 Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
DAMINEDU
+ 160.00
PROPOSED 500 DI DN K7 TIRUPATI, Andhra Pradesh, 517501
+145.00
GRAVITY MAIN ( LENGTH-1720M)
CONSULTANTS:-
PROPOSED 400 DI DN K7 AECOM INDIA Pvt.Ltd./Deloitte
GRAVITY MAIN ( LENGTH-1210M) 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR ASSISTING
TIRUPATI SMART CITY CORPORATION LIMITED (TSCCL)
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-04 R0
R.M. --
G.G.K. A2
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 424
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
LEGENDS:
EXISTING SYSTEM UNDER MANGALAM
ZONE-9B
+ 138.00 OHSR
MADHAVA NAGAR
1000 KL ELSR's UNDER AMRUT 2016 -20
ZONE-10
OHSR
+168.90 PROPOSED 250 DI DN K7
NGO COLONY +163.90
1800 KL GRAVITY MAIN ( LENGTH-425M)
+186.50
OHSR +148.90
+181.50
GRAVITY MAIN ( LENGTH-220M) PROPOSED 300 DI DN K9
+166.50
PUMPING MAIN ( LENGTH-1200M) PROPOSED ELSR
PROPOSED 350 DI DN K9 MUNICIPAL PARK GLSR MAIN ( LENGTH-820M)
2300 KL
PUMPING MAIN ( LENGTH-380M)
+161.00 GLSR
+157.00
PRAKASHAM PARK
1700 KL
ZONE-14 +174.50 ZONE-12A,12B MAIN ( LENGTH-2620M)
OHSR
+169.50
MEDICAL COLLEGE 1200 KL
PUMPINGMAIN
3000 KL
+204.00 OHSR
+219.00
( LENGTH-1040M) +154.50 PUMPING MAIN
GLSR +215.00 PUMPING MAIN ( LENGTH-1230M)
ZONE-11
PROPOSED 350 DI DN K9 PROPOSED 600 DI DN K7
+200.00 ( LENGTH-1160M)
PROPOSED 400 DI DN K9 GRAVITY MAIN ( LENGTH-6260M)
+200.00
PROPOSED 350 DI DN K9 GRAVITY MAIN ( LENGTH-100M)
P P
PUMPING MAIN
GRAVITY MAIN ( LENGTH-1110M) ZONE-13A LEELA SRIRAM NAGAR ( LENGTH-170M)
RAILWAY COLONY MAHAL
2000 KL +164.15 750 KL
OHSR
PUMPINGMAIN +159.15
+185.00
OHSR
( LENGTH-900M) SPJNM SCHOOL +181.00
1150 KL +144.15
+199.50
OHSR +166.00 ZONE-7B
+194.50
+179.50
PROPOSED 250 DI DN K9 EXISTING 400 AC.CL. 15
PUMPING MAIN ( LENGTH-700M) PUMPING MAIN ( LENGTH-370M) GRAVITY MAIN ( LENGTH-2030M)
GRAVITY MAIN
( LENGTH-3000M) CLEAR WATER SUMP ZONE-12C
2 X 1700 KL MAIN ( LENGTH-1270M)
TSR
ZONE-13B,14,15A
1700 KL
EXISTING ELSR
+204.00
PUMPING MAIN
OHSR
OHSR +199.00 ( LENGTH-2326M)
AM PROPOSED 600 DI DN K7
A NID BP TANK @
ALY +184.00 GRAVITY MAIN ( LENGTH-1690M)
MK SV UNIVERSITY
FRO 3000 KL
ZONE-6B
PROPOSED 200 DI DN K7
PALANI TALKIES GRAVITY MAIN ( LENGTH-100M)
2 X 1200 KL
+161.95 PROPOSED 600 DI DN K7
OHSR OHSR
+157.95
GRAVITY MAIN ( LENGTH-2010M)
ZONE-6A
+142.95
AUTO NAGAR - I EXISTING 400 AC.CL. 15
1000 KL GRAVITY MAIN ( LENGTH-2030M)
ZONE-3A,4A +153.50
OHSR
+148.50
TENDER DRAWING
+133.50
ZONE-3B
ZONE-1
PADMAVATHI PARK
MR PALLE 1500 KL
PANCHAYAT OFFICE
1000 KL
+ 168.50 PROPOSED 500 DI DN K7
+ 163.50 0 05-08-2018 FOR TENDER
OHSR
+173.50 GRAVITY MAIN ( LENGTH-770M)
+168.50
+ 148.50 REV. DATE DESCRIPTION SIGN.
+153.50 PROPOSED 200 DI DN K7
ZONE-2 CLIENT :-
GRAVITY MAIN ( LENGTH-650M)
MAHILA UNIVERSITY
1500 KL
PROPOSED 200 DI DN K7 ZONE-4B
OHSR
EXISTING ELSR
TSCCL
GRAVITY MAIN ( LENGTH-210M) PROPOSED 200 DI DN K7 SRINIVASAPURAM PARK
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
+ 180.00 1000 KL CAPACITY:1000KL
+ 175.00 PROPOSED 250 DI DN K7 GRAVITY MAIN ( LENGTH-50M) +165.00
GRAVITY MAIN ( LENGTH-50M) +160.00
DAMINEDU TIRUPATI, Andhra Pradesh, 517501
+ 160.00
PROPOSED 500 DI DN K7
+145.00 CONSULTANTS:-
GRAVITY MAIN ( LENGTH-1720M)
AECOM INDIA Pvt.Ltd./Deloitte
PROPOSED 400 DI DN K7 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
GRAVITY MAIN ( LENGTH-1210M) Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR ASSISTING
TIRUPATI SMART CITY CORPORATION LIMITED (TSCCL)
DRAWING TITLE
SCHEMATIC DIAGRAM OF
WATER SUPPLY SYSTEM
ACM-TSCCL-ABD-UTI-DWG-PWS-05 0
DES. BY R.M. SHEET NO. --
DRN. BY G.G.K. SHEET SIZE A2
CHKD. BY A.B. SCALE NTS
APPD. BY V.P. DIMENSION METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 425
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
LEGENDS:
ZONE-10
EXISTING SYSTEM UNDER MANGALAM
OHSR
C.W.PUMPSETS PROPOSED PIPE LINE UNDER AMRUT 2015-16
N G O COLONY PARK TYPE:CENTRIFUGAL
PROPOSED ELSR 2NO (1+1) 20KW
CAPACITY:1800KL DUTY: PROPOSED PIPE LINE UNDER AMRUT 2016-20
EXT.G.L.: +166.25M HEAD - 20.00M
F.G.L.:+166.50M DISCHARGE -62 LPS
L.W.L.:+181.50M EFFICIENCY :70% PROPOSED PIPE LINE UNDER SMART CITY
M.W.L.:+186.50M
PROPOSED 350 DI DN K9
PARK PUMP HOUSE ZONE-7A EXISTING G.L.S.R.
CAPACITY:2300KL EXISTING PUMPSETS
PUMPING MAIN ( LENGTH-380M) GLSR EXISTING GLSR
EXT.G.L.: +157.55M A) NO.:2
L.W.L.:+157.00M MOTOR RATING: 200HP/160KW
ZONE-11 M.W.L.:+161.00M DUTY OF PUMPSETS: HEAD-50.00M
ZONE-14 MEDICAL COLLEGE PUMPING MAIN - 900M DISCHARGE-810m3/hr.
PROPOSED ELSR GLSR B) NO.:1
CAPACITY:1200KL MOTOR RATING: 75HP/60KW EXISTING ELSR
F.G.L.:+200.00M DUTY OF PUMPSETS: HEAD-50.00M
OHSR L.W.L.:+215.00M PUMPING MAIN - 1160M
PUMPING MAIN - 1040M
OHSR DISCHARGE-191.50m3/hr.
ZONE-12A PUMPING MAIN - 620M
M.W.L.:+219.00M
MPL PARK PROPOSED ELSR UNDER AMRUT 2015-16
ZONE-12C OHSR PROPOSED ELSR
EXISTING PUMPSETS AT LEELA MAHAL PH
SPJN SCHOOL A) TO SUMP AT PARK:
CAPACITY:1700KL
PROPOSED E.L.S.R. NO.:2 ZONE-9B
F.G.L.:+154.50M
CAPACITY:1150KL MOTOR RATING: 75HP/55KW
P P L.W.L.:+169.50M MADHAVA NAGAR
EXT.G.L.: +179.00M M.W.L.:+174.50M DUTY OF PUMPSETS:
F.G.L.:+179.50M HEAD-15.00M ZONE-7B PROPOSED ELSR PROPOSED ELSR UNDER AMRUT 2016-20
L.W.L.:+194.50M PROPOSED 350 DI DN K9 DISCHARGE-810m3/hr. ZONE-9A OHSR CAPACITY:1000KL
M.W.L.:+199.50.M PUMPING MAIN ( LENGTH-1110M) PROPOSED 350 DI DN K9 NO.:2 EXT.G.L.: +148.30M
PUMPING MAIN ( LENGTH-100M) MOTOR RATING: 75HP/45KW SRIRAM NAGAR F.G.L.:+148.90M
DUTY OF PUMPSETS: OHSR RAJIV NAGAR OHSR PROPOSED ELSR L.W.L.:+163.90M
HEAD-13.00M CAPACITY:750KL M.W.L.:+168.90M PROPOSED ELSR UNDER SMART CITY
CLEAR WATER SUMP PROPOSED ELSR
(LENGTH-3000M) PUMPING MAIN - 605M DISCHARGE-810M3/HR. CAPACITY:1350KL EXT.G.L.: +143.15M
B) TO ELSRs AT PALANI TALKIES EXT.G.L.: +174.975 M F.G.L.:+144.15M
TSR NO.:2 L.W.L.:+159.15M
F.G.L.:+175.500M
BP TANK MOTOR RATING: 50HP/37KW L.W.L.:+190.500M M.W.L.:+164.15M PROPOSED 300 DI DN K9
DUTY OF PUMPSETS: M.W.L.:+195.500M PUMPING MAIN ( LENGTH-1200M) ELBR
GLSR HEAD-21.50M ZONE-5A CAPACITY:500KL
DISCHARGE-396m3/hr. G.L.: +173.00M
NO.:2 PROPOSED 250 DI DN K9 OHSR
PUMPING MAIN ( F.G.L.: +173.50M
LEELA MAHAL
MOTOR RATING: 45HP/30KW
DUTY OF PUMPSETS: LENGTH-370M) OHSR STAGING: 35.00M
ZONE-13B,14,15A EXISTING C.W.SUMP
HEAD-20.00M PROPOSED 400 DI DN K9 L.W.L.:+208.50M
DISCHARGE-350M3/HR. PUMPING MAIN ( LENGTH-140.00M) M.W.L.:+213.50M
CAPACITY:1100KL PROPOSED ELSR
DIA:25.30M SUMP
PROPOSED 400 DI DN K9 CAPACITY:1000KL CLEAR WATER SUMP
OHSR EXT.G.L.: +149.50M PUMPING MAIN ( LENGTH-170.00M) EXT.G.L.: +137.60M (EXISTING)
BP TANK L.W.L.:+149.00M F.G.L.:+138.00M NO.: 2 PROPOSED 600 DI DN K9
PROPOSED ELSR M.W.L.:+151.50M
P P
EXIT. 400 DI DN K9 L.W.L.:+153.00M DIA : 22.40M PUMPING MAIN ( LENGTH-100M)
CAPACITY:1700KL PUMPING MAIN ( LENGTH-1410.00M) M.W.L.:+158.00M
F.G.L.:+184.00M
EXISTING SUMP G.L.: +170.50M
CAPACITY:290KL L.W.L.:+168.50M EXISTING WATER TREATMENT PLANT
L.W.L.:+199.00M EXISTING PUMPSETS
EXT.G.L.: +146.00M
M.W.L.:+171.50M ( 2X31.50MLD ), MANGALAM
M.W.L.:+204.00M A) NO.:2+1
L.W.L.:+146.00M
MOTOR RATING: 75HP/60KW PROPOSED 250 DI DN K7
M.W.L.:+148.50M
GSR DUTY OF PUMPSETS: GRAVITY MAIN ( LENGTH-425M)
HEAD-65.00M
PUMPING MAIN ( LENGTH-150M) ZONE-13A DISCHARGE-209m3/hr.
MAIN( LENGTH - 820M) 2)C.W.PUMPHOUSE
7.50MX10.50M
OHSR RAILWAY COLONY
ZONE-3A UNDER CONSTRUCTION ELSR C.W.PUMPSETS C.W.SUMP CLEAR WATER SUMP
ZONE-4A CAPACITY:2000KL MAIN( LENGTH - 2620M) GRAVITY MAIN CAPACITY:230KL (EXISTING)
F.G.L.:+166.00M
TYPE:CENTRIFUGAL
(LENGTH-200M) G.L.: +170.50M NO.: 1
PALANI TALKIES L.W.L.:+181.00M 3NO (2+1) 93KW
F.G.L.: +170.50M
EXISTING ELSR
OHSR OHSR M.W.L.:+185.00M CLEAR WATER SUMP DUTY:
L.W.L.:+168.00M
DIA : 22.40M
HEAD - 49.00M G.L.: +170.50M
CAPACITY:1200KL (2NO.) (PROPOSED) M.W.L.:+171.50M
EXT.G.L.: +142.95M PROPOSED 300 DI K9 PUMPING MAIN DISCHARGE -138 LPS L.W.L.:+168.50M
NO.: 3 M.W.L.:+171.50M
L.W.L.:+157.95M ( LENGTH-700M) DIA : 17.00M EFFICIENCY :70%
M.W.L.:+161.95M
ZONE-1 G.L.: +170.50M
L.W.L.:+168.50M
PROPOSED ELSR
CAPACITY:1000KL
M.W.L.:+171.50M
EXT.G.L.: +153.296 M
MR PALLI PADMAVATHI F.G.L.:+153.500
MAHILA UNIVERSITY L.W.L.:+168.500
ZONE-2A M.W.L.:+173.500 ZONE-3B PADMAVATHI PARK
PROPOSED ELSR MR PALLE PANCHAYAT OFFICE PROPOSED ELSR
CAPACITY:1500KL
CAPACITY:1500KL
EXT.G.L.: +159.35M OHSR OHSR EXT.G.L.: +147.910M
F.G.L.:+160.00M OHSR F.G.L.:+148.50M
L.W.L.:+175.00M
M.W.L.:+180.00M L.W.L.:+163.50M PROPOSED 600 DI DN K7
M.W.L.:+168.50M GRAVITY MAIN ( LENGTH-1690M)
PROPOSED 200 DI DN K7 PROPOSED 200 DI DN K7
GRAVITY MAIN GRAVITY MAIN PROPOSED 600 DI DN K7
PROPOSED 250 DI DN K7
( LENGTH-210M) ( LENGTH-50M) GRAVITY MAIN ( LENGTH-2010M)
GRAVITY MAIN ( LENGTH-50M)
ZONE-6A
PROPOSED 400 DI DN K7 PROPOSED 500 DI DN K7 PROPOSED 500 DI DN K7
ZONE-4B
GRAVITY MAIN ( LENGTH-1210M) GRAVITY MAIN ( LENGTH-1720M) GRAVITY MAIN ( LENGTH-770M)
PROPOSED 200 DI DN K7 OHSR
OHSR GRAVITY MAIN ( LENGTH-100M) TENDER DRAWING
PROPOSED 200 DI DN K7
GRAVITY MAIN ( LENGTH-650M)
CONSULTANTS:-
OHSR AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
AUTO NAGAR - I Gurgaon 122002 Haryana, India
PROPOSED ELSR PROJECT TITLE :-
CAPACITY:1000KL
EXT.G.L.: +132.800M PROJECT MANAGEMENT CONSULTANT (PMC) FOR ASSISTING
F.G.L.:+133.50M TIRUPATI SMART CITY CORPORATION LIMITED (TSCCL)
L.W.L.:+148.50M
SRINIVASAPURAM PARK
M.W.L.:+153.50M
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-06 0
DES. BY R.M. SHEET NO. --
DRN. BY G.G.K. SHEET SIZE A3
CHKD. BY A.B. SCALE NTS
APPD. BY V.P. DIMENSION METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 426
J-931
PH-24.76 m
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
LEGENDS:
USE
HO
EST
TO
GU ABD AREA BOUNDARY
SBI BA
IRI
S.V
ALIP
BALAJI BUS STAND
INS
EXISTING COMMAND AREA
NK
TIT
UT
J-516 J-246
E
PH-31.81 m
PH-27.83 m
J-95 ROADS
FEDERAL BANK
PH-33.33 m J-331 J-726
J-933 PH-32.08 m PH-31.77 m
SE PH-32.09 m
HOU
ROAD
TO SRI BA J-222 J-245 HDPE PIPE
LAJI BUS EST
STOP I GU PH-27.55 m K.B.S.S.P. J-466 PH-32.33 m
K ATAIR J-185
VEN SANSKRIT PH-33.26 m PH-32.48 m
NDAPAM
PLE
J-932
PH-22.82 m T US T
EM SCHOOL J-197 PVC PIPE
A LO PH-32.75 m
E
ISHN J-746
EG
PLAY GROUND
CO A
E KR PH-33.37 m
C AR
HAR
LL
J-172
AC PIPE
LYANA MA
NI SW
J-173 PH-31.58 m
LERY
TEMPLE
PH-31.67 m
GAL
CH TE
A ART
TE A
T SWA
OIN ION J-318BUS STOP
AKTHI KA
PO I V
SP UN
GA RS PH-31.31 m
SR
SHIVA SH
T.T J-148
PH-30.52 m
J-149
PH-30.80 m J-500 FLOW DIRECTION
PH-34.86 m
J-789 J-110
PH-28.13 m PH-30.83 m J-725
PH-32.03 m SANTHI NAGAR J- 410 JUNCTION NUMBER
PH-33.83 m
AR J-451 J-389
A NAG PH-34.26 m PH-34.48 m
RAK
DWA
PH-31.37 m
J-659 METERIAL - DIAMETER
J-947
PH-27.73 m J-718 J-388
J-760 PH-28.87 m J-450
PH-29.79 m
PH-27.46 m PH-34.59 m
J-255
PH-34.31 m
PH-27.94 m
J-231 J-881 PH-33.03 m PRESSURE HEAD
J-205
J-657 PH-34.79 m
J-396 PH-33.12 m PH-34.13 m
J-336
SCH
J-69 J-254 PH-31.86 m
J-108
J-337 PH-27.41 m PH-27.57 m J-109 PH-31.15 m J-232 J-578
PH-28.03 m EXISTING GLSR
OO
PH-26.96 m J-266 PH-34.31 m PH-34.60 m
J-928 J-70 PH-30.72 m
L
ATE
J-400
J-501 J-157 PH-26.62 m
J-913 J-408 J-542 PH-12.05 m PH-13.87 m J-219 EXISTING ELSR
ALIP
PH-11.92 m
J-174
PH-13.80 m J-745 J-867 JUNIOR
PH-8.16 m J-320 J-9 PH-12.03 m
PH-24.19 m J-696 PH-28.28 m COLLEGE J-666
J-340 PH-9.71 m PH-9.34 m J-744 PH-15.65 m PH-24.42 m J-627 YASODA NAGAR
PH-13.74 m J-804 J-244 PH-34.49 m
CHENNA REDDY
J-935
PH-8.03 m
PH-24.95 m PH-26.35 m J-343 PH-28.60 m
J-349
PH-27.11
AER m
DEGREE/ PG COLLEGE
POND PH-7.99 m J-568 PH-8.77 m J-30 J-686
J-215 J-302 PH-8.33 m J-31 PH-8.49 m PH-13.56 m J-409
PH-25.07 m
J-934
J-687 PH-28.95 m
J-214 PH-7.11 m PH-7.00 m J-34 PH-9.23 m J-11 J-710 PH-15.31 m
PH-8.19 m PH-8.47 m J-374
PH-7.09 m PH-8.14 m PH-11.77 m J-803
J-350 PH-14.61 m J-875 J-344 J-864
J-768
J-35 J-12 PH-24.43 m
J-218 PH-8.22 m PH-8.77 m PH-8.55 m J-724 PH-15.53 m J-697 PH-26.92 m PH-28.54 m J-455
SRIVARI MANSON
AYODIYA WOMENS
PH-7.14 m J-757 J-18 PH-11.83 m J-546 PH-24.72 m J-862
PH-13.60 m
J-373
PH-9.34 m J-17 GOVT SCHOOL PH-28.73 m
PH-8.35 m PH-8.91 m PH-15.79 m PH-27.91 m
J-737 J-189
PH-10.09 m J-445 Y . PH-7.24 m J-397
PH-6.08 m D PH-8.44 m SV MEDICAL
E J-14 .59 m COLLEGE
HOSPITAL
TH J-188 PH-10 J-899
F VE J-543 78 m J-8 GOVT SCHOOL
O UTI R PH-7.37 m
PH-8. J-13 .40 m PH-10.57 m PH-23.92 m J-840
E E J-26 J-439 J-653
IC EC NE PH-6.36 PH-8.18 m J-756 PH-10 J-7 J-377 PH-24.95 m
PH-26.23 m
FF EX GI
J-269 m
PH-8.82 m J-428 PH-10.72 m PH-14.43 J-378 J-924
O
PH-6.02 ENm AAKAGARLA GUNTA PH-11.57 m J-4 m PH-21.25 m J-871
J-785 PH-15.32 m J-630 J-602
PH-11.00 m J-493 J-818 PH-11.15
m PH-16.62 m PH-24.35 m PH-25.94 m
J-394 PH-9.69 m
PH-6.78 m PH-7.65 m J-438 J-894 J-912
PH-8.54 m J-3 PH-17.09 m
PH-11.30 m PH-15.32 m
J-893 R.K.HOSPITAL
J-25 J-610 INDIAN OIL
J-395 PH-15.47 m PH-25.73 m W
PH-7.16 m PH-12.43 m J-788
J-877 PH-28.92 m
PH-15.87 m J-609 VARADHARAJA SWAMY TEMPLE
J-24 J-601 PH-26.62 m J-688 J-942 KHADI COLONY
PH-12.66 m J-876 PH-25.58 m PH-27.78 m
PH-16.09 m PH-29.01 m
J-338 J-52
PH-13.36 m PH-14.62 m
J-339
TO
PH-14.05
S. m J-936 J-889 J-447 TTD TRUPATHI DEVASATHANAM
G PH-17.83 m PH-21.10 m
HOSTEL
NA PH-14.91 m
G J-228
AR PH-16.52 m
DEPUTY EXECTIVE SINGALAGUNTA
TO J-227
EB SUBSTATION
DW PH-18.30 m ENGINEER(R&B) OFFICE PH-21.22 m J-628
AR J-753 PH-23.99 m
GOVT SCHOOL
SA
AK PH-19.14 m
RO
m
A
6m
9m
1m
5m
1m
NA
2m
PH-23.49 m
8
J-427
3.5
3.6
JI
J-480
3.9
4.9
PH-23.23m
4.1
4.5
PH-131
PH-87
PH-86
PH 30
4.7
PH-112
-2
-2
GA
NI
-2
PH-77
PH-18.89 m
-2
PH-76
J-1
-2
J
-2
PH-24.58 m
-2
J
J
PH-23.65 m
R
DE
J
m
J-115
J-206
PH-23.83 m
J-426
VI
.10
J-57
PH-18.73 m
LA
PH 798
-18
J-1
J-607 J-479
Y
TA
PH-23.68 m
J-58
O
PH-21.70 m
PH-24.34 m
J-133
J-
J-398
PH-24.11 m
PH-24.92 m
J-132
UN
UT
PH-23.88 m
J-2
J-491 PH-19.49 m TTD TRUPATHI DEVASATHANAM
AG
PH-18.52 m
PH-24.38 m
AL
J-791 J
J- P -66
NG
PH-18.12 m J-472 J P 67 H- 3
PH-695H-2 1 25.1
J-163
SI
PH-19.47 m PH 62 J-632
-24 5m m PH-25.20 m
.2 1m
J-554 J-92
PH-22.04 m PH-24.62 m TTD ADMINISTRATIVE BUILDING
J-905 J-342 J-40
PH-17.73 m J PH-19.75 m PH-24.61 m
PH-583 J-59 1.92 m J-471 J-41 J-249
-18 CHILDRENS PLAY GROUND PH-2 PH-23.38 m PH-24.62 m PH-24.78 m
J-250
.69 J-60 PH-25.10 m
m PH-21.89 m J-844
GOVERNMENT PH-22.90 m
SA
BUILDING
RO
PH-21.75 m
NI
J-625
J-831 J-539 PH-24.95 m
TENDER DRAWING
DEV
PH-25.44 m
PH-21.86 m
AY
J-943 J-580
O
PH-33.47 m
NE
J-650
PH-32.04 m
PH-20.47 m J-151 PH-27.00 m J-619
HR
PH-33.25 m PH-33.41 m
PH-22.00 m J-846
U
PH-31.55 m
NA
J-848
J-865 J-520 J-519 BRILLIANT EM HIGH
G
KT ROAD
PH-25.86 m PH-35.44 m TIRUPATI, Andhra Pradesh, 517501
J-453
BUILDING PH-33.46 m
GOVERNMENT J-866 CONSULTANTS:-
PH-27.74 m AECOM INDIA Pvt.Ltd./Deloitte
RAJANNA MUNCIPAL PARK J-167 J-728 J-692 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
PH-33.40 m PH-32.62 m J-684
PH-35.23 m PH-36.56 m Gurgaon 122002 Haryana, India
J-166
PH-33.40 m PROJECT TITLE :- PROJECT NO.
J-755
J-886 PH-26.98 m PROJECT MANAGEMENT CONSULTANT (PMC) FOR
PH-24.02 m T
LA YOU ASSISTING TIRUPATI SMART CITY CORPORATION --
D EVI J-674 LIMITED (TSCCL)
O JINI J-399
PH-36.99 m
J-940 SAR PH-33.44 m
PH-24.51 m J-941 TO J-851 J-680
DRAWING TITLE
PH-24.89 m PH-33.55 m PH-35.98 m
J-211 BHAVANI NAGAR
PH-33.55 m J-495
PH-33.26 m
J-210
PH-33.69 m J-679 EXISTING DISTRIBUTION SYSTEM IN ABD AREA
BHAVANI NAGAR
PH-36.30 m J-247
J-216 PH-37.16 m
J-417
J-129 PH-33.88 m PH-33.72 m
PH-33.89 m
BHAVANI NAGAR
J-89 J-135 J-248
PH-33.76 m PH-33.85 m DRAWING NUMBER
PH-37.19 m TO REV
VV MAHAL ROAD REDDY COLONY
J-88
PH-33.68 m
J-721
PH-36.66 m
ACM-TSCCL-ABD-UTI-DWG-PWS-07 0
J-799
PH-34.61 m
VV MAHAL JUNCTION B.S. 1 of 3
BARODA
NT
J-903 S.K.S. A3
STAURA
PH-33.74 m
SRIVENKATESWARA APPOLO PHARMACY
HOSPITAL R.M. 1:4000
BANK OF
A.B. METER
KFC RE
J-703
J-714 PH-36.51 m THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
LEGENDS:
NK
J-246
PH-31.81 m J-904
J-434 PH-34.87 m
J-95 J-16 PH-33.21 m ABD AREA BOUNDARY
FEDERAL BANK
PH-33.33 m J-331 J-726 PH-32.90 m J-614
J-933 PH-31.77 m J-515 J-591
PH-32.08 m J-589 PH-34.79 m
PH-32.09 m J-433 PH-33.17 m PH-33.11 m
ROAD
J-245 PH-33.10 m PH-33.04 m
EXISTING COMMAND AREA
PRASANTHI NAGAR
K.B.S.S.P. J-466 PH-32.33 m
J-185 J-251
SANSKRIT PH-33.26 m PH-32.48 m PH-33.27 m
NDAPAM
SCHOOL J-197
PH-32.75 m J-527
PLAY GROUND
J-746 PH-35.48 m ROADS
PH-33.37 m J-590
J-172 PH-33.88 m
LYANA MA
J-173 PH-31.58 m J-576 J-443
TEMPLE
PH-31.67 m PH-34.07 m PH-34.89 m HDPE PIPE
J-401 J-782
PH-34.29 m J-555 PH-33.64 m
J-318BUS STOP PRAKASHAM PARK PVC PIPE
AKTHI KA
PH-31.31 m PH-34.33 m
J-911 J-444
7 J-658 J-778 PH-34.43 m
J-111 J-31-31.14 m SANTHI NAGAR PH-34.60 m J-499
PH-34.56 m PH-33.44 m AC PIPE
PH-30.90 m PH PH-34.76 m
SHIVA SH
J-148
PH-30.52 m
J-149
PH-30.80 m J-500 J-402
PH-34.86 m PH-34.71 mJ-577 J-569 RCC PIPE
J-789 J-110 J-763
PH-30.83 m PH-33.99 m
PH-28.13 m J-725 PH-34.93 m PH-33.05 m
PH-32.03 m J-597 J-816
SANTHI NAGAR PH-34.79 m
PH-33.83 m
J-451 PH-34.62 m DI PIPE
PH-31.85 m
J-389
PH-31.91 m
PH-31.99 m
PH-32.08 m
PH-32.18 m
PH-32.26 m
PH-32.47 m
PH-32.38 m
PH-34.26 m PH-34.48 m
PH-31.37 m
J-661
J-145
J-659
J-947
J-116
J-117
J-150
J-136
J-137
J-718 PH-34.87 m
J-122
J-121
J-760 PH-27.73 m J-388
PH-28.87 m J-450 J-730 FLOW DIRECTION
PH-29.79 m
PH-27.46 m PH-34.59 m
J-255
PH-34.31 m J-598 PH-33.03 m
PH-27.94 m
PH-34.70 m
TEMPLE
PH-27.59 m
PH-35.23 m
J-800
J-231 J-881
PH-35.12 m
PH-35.04 m
J-205
J-657 PH-34.79 m
J-336
J-396 PH-33.12 m PH-34.13 m J- 410 JUNCTION NUMBER
SCH
J-69 J-254 PH-31.86 m
J-108
J-264
J-177
J-176
J-337 PH-27.41 m PH-27.57 m J-109 PH-31.15 m J-232 J-578 J-291
PH-28.03 m
OO
PH-26.96 m J-266 PH-34.31 m PH-34.60 m J-313 PH-35.90 m
J-70 PH-30.72 m PH-35.39 m METERIAL - DIAMETER
L
PH-27.54 m J-717 J-204
PH-28.84 m PH-29.65 m J-412
PH-35.16 m
PH-35.23 m
J-400 PH-35.24 m
PH-35.32 m
PH-32.74 m
PH-35.43 m
PH-32.38 m
PH-32.70 m
PH-32.49 m
PH-32.57 m
PH-32.44 m
PH-32.63 m
PH-26.62 m PH-33.03 m PRESSURE HEAD
m
J-570
J-593
56
J-219
J-823
J-631
J-528
J-662
J-832
J-821
J-203
-3 5
J-257
J-830
J-828
5.
J-838
J-603
J-834
PH -65
J-733 PH-27.92 m PH-28.86 m PH-27.87 m PH-30.74 m
J
VARADARAJ NAGAR PH-27.40 m J-600 J-853 J-624 J-824
PH-25.71 m PH-29.40 m PH-32.49 m SAPTHAGIRI NAGAR
J-220 PH-32.79 m
YASODA NAGAR PH-35.30 m PH-27.98 m EXISTING GLSR
J-645 J-861
PH-28.31 m PH-29.80 m J-202
J-256 J-243 PH-30.70 m
PH-27.75 m PH-28.75 m J-410 J-908 J-634
NARAYANA PH-36.41 m PH-30.03 m PADAM
J-574
JUNIOR
PH-28.28 m COLLEGE
PH-29.15 m J-604
PH-30.69 m
AV
GARDEN ATHI
EXISTING ELSR
J-696 J-666 J-623 SAPTHAGIRI NAGAR J-271
PH-24.42 m J-804 J-627 YASODA NAGAR PH-34.49 m PH-35.05 m
J-244 PH-36.28 m
PH-24.95 m PH-26.35 m J-343 PH-28.60 m
PH-27.11
AER m
DEGREE/ PG COLLEGE
J-409
PH-25.07 m
SRIVARI MANSON
AYODIYA WOMENS
PH-34.07 m
PH-29.40 m J-599
PH-23.92 m J-840 R.L.Y COLO
J-653 NY 5TH CR J-392 J-637 PH-34.04 m
PH-24.95 m OSS PH-30.73 m
PH-26.23 m PH-31.65 m
J-874
J-871 J-602 J-498 PH-35.49 m
PH-24.35 m PH-25.94 m PH-29.86 m
J-391
PH-30.84 m J-364
R.K.HOSPITAL R.L.Y COLONY STREET J-461 PH-34.12 m J-365
J-610 J-33 J-32 J-190 PH-34.36 m
INDIAN OIL
MADURA NAGAR
PH-29.90 m PH-29.92 m PH-31.70 m PH-33.24 m
PH-25.73 m J-788
PH-28.92 m J-829 J-191
J-609 PH-28.87 m
PH-34.24 m
J-601 PH-26.62 m J-688 VARADHARAJA SWAMY TEMPLE KHADI COLONY PH-33.56 m
PH-27.78 m J-942 SUNDARAIAH NAGAR J-460 J-571
PH-25.58 m PH-29.01 m PH-32.12 m PH-32.69 m
PH-34.21 m
J-65
J-238
J-66
PH-29.95 m
TTD TRUPATHI DEVASATHANAM J-158 R.L.Y COLONY STREETJ-513
J-835 PH-29.98 m
IC HOSTEL
W
PH-28.89 m PH-32.37 m
NIRMALA RESIDENCY J-159 J-780 J-99
PH-30.00 m PH-35.42 m ATI
LAGUNTA PH-36.02 m IRUP
J-524 PA - T
PH-32.48 m KADA
S.V. GOVT. POYTECHN
PH-29.36 m
SRI SARASWATHI J-474 J-180
PH-36.05 m
m
J-475
4.7
PH-112
PH-35.89 m
-2
PH-24.58 m
J-168
-2
J-506
J
J-822 PH-32.39 m
PH-30.18 m SUNDARAIAHNAGAR ROAD J-616
LEELA MAHAL PUMPING STATION PH-35.73 m J-107
J-479 PH-9.79 m
PH-24.92 m J-505
PH 05
J-169 J-897
J-8
TTD TRUPATHI DEVASATHANAM PH-29.45 m PH-32.19 m J-235
-9.7
PH-30.21 m J-690
PH-30.91 m
J-10
PH-30.58 m
PH-30.41 m
PH 52
PH-96 PH-9.90 m
J-8
J-880 PH-35.56 m
2
-9.9
J .81 m
J P -6 J-694
m
P -67 H- 63
PH-30.53 m
AD
9
PH H-2 1 25.1 J-414 PH-33.68 m
J-618
J-322
J-424
J-323
m
-2 4
4.7 .95
7m
J-632 J-334 PH-32.05 m RO J-348 PH-9.98 m
5m m PH-25.20 m J-335 PH-31.70 m AL PH-9.85 m
J-779
J-369
PH-31.04 m PH-31.42 m AH J-588 MUKKYA MANTRI KENDRA
m
M
TTD ADMINISTRATIVE BUILDING PH-30.30 m A PH-9.64 m
.75
PH-24.62 m
EL
PH-347
J-415
m
LE J-809
-9
PH-32.07 m J-693
PH 26 91
PH-24.61 m
m
J-200
9
PH-9.66 m
J
J-249 PH-33.60 m
J- -9.
PH25
J-370
04
PH-30.77 m
PH-24.62 m PH-24.78 m
-1 0
J-
PH-31.09 m J-
0.
J-250 J-201 PH449
m
PH-25.10 m J-582 J-608
J- -9.3
5
PH-30.64 m PH-30.97 m
-9.5
PH750 2 m
0m
PH85
TUDA PARK PH-10.42 m
1m
PH-31.84 m
J-
2m
-9.7
-9.5
PH38
-9.7
0m
J-
.5
PH39
J-165
J-
m
PH-9
J-84
4
-9.8
PH229
PH-10.51 m
J-278
K.B.LAYOUT GRAVE YARD
J-
7
TTD TRUPATHI DEVASATHANAM J-748 J-27 0.34 m
PH-1 J-164
J-625 J-581 J- J-276
PH-30.71 m PH-10.48 m
PH-24.95 m J-358 PH275 PH-9.38 m OL
J- H-
J-538 PH-33.08 m PH-31.29 m -9.3 HO
23 9.
P
2m SC J-747
0 96
PH-25.44 m
J-751 J-752 EM PH-11.16 m
J-943 J-3 J-407 J-492
ET HA
J-580 PH-32.78 m J-279 PH-33.39 m PH 27 PH-9.61 m PH-9.87 m
I VIJ
m
J-704 PH-32.21 m PH-33.47 m PH-32.02 m -9.2
J-650 J-403 SR
PH-32.04 m
PH-10.39 m
J-520 J-519 BRILLIANT EM HIGH
PH-29.03 m PH-29.84 m SCHOOL J-587
PH-34.15 m
ABBANNA COLONY ROAD J-195
J-404
PH-10.28 m TENDER DRAWING
PRANAV NURSING PH-10.11 m
J-620 J-649 J-615
HOME J-586 PH-33.96 m
PH-33.23 m PH-33.64 m J-781 J-870 J-678 J-665
m
PH-33.83 m J-258
J-284 J-660 PH-32.92 m PH-9.00 m PH-10.30 m PH-10.74 m PH-11.72 m
.45
J-198
PH-30.50 m PH-32.01 m PH-32.64 m BHAVANI NAGAR J-664
PH 63
J-304
-34
TEMPLE
J-713 PH-34.09 m PH-10.88 m J-854
PH-32.30 m PH-33.57 m PH-34.49 m J-767 PH-11.37 m
KT ROAD
PH-12.12 m
J-142
J-81
J-399 J-674 PH-11.62 m PH-11.70 m
PH-36.99 m J-379 RAYALASEEM 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
PH-33.44 m A-PUBLIC SC
J-851 J-680 PH-37.61 m HOOL ROAD J-181
J-452 Gurgaon 122002 Haryana, India
m
PH-11.54
0
PH-33.55 m PH-35.98 m
1.7
-1 2
m J-32
PH -18
J-211 BHAVANI NAGAR J-617 PH-9.76 m PH-16
J
PH-33.55 m J-495 PH-37.84 m 1.91
m PROJECT TITLE :- PROJECT NO.
PH-33.26 m J-446 J-652
J-210 J-380 PH-12.26 m PROJECT MANAGEMENT CONSULTANT (PMC) FOR
J-679 PH-10.90 m J-405 J-406
PH-33.69 m
BHAVANI NAGAR
PH-36.30 m J-247 PH-37.72 m PH-10.87 m PH-11.06 m J-418 ASSISTING TIRUPATI SMART CITY CORPORATION --
J-216 PH-37.16 m BHAVANI NAGAR J-381 J-490 PH-12.76 m LIMITED (TSCCL)
J-417 J-454
J-129 PH-33.88 m PH-33.72 m
PH-9.91 m PH-10.52 J-305
m PH-10.67
PH-11.42 m
PH-12.16 m
PH-33.89 m J-83 m J-470
BHAVANI NAGAR PH-38.31 m J-382 J-306 PH-12.47 m DRAWING TITLE
J-89 J-135 J-248 PH-10.01 m J-836 PH-10.78 m J-419
J-469
PH-33.76 m PH-33.85 m J-75
PH-37.19 m TO REDDY COLONY PH-10.56 m PH-12.86 m
PH-10.76 m
PH-38.49 m
PH-11.01 m
PH-10.85 m
PH-10.80 m
PH-10.92 m
VV MAHAL ROAD
PH-11.52 m
PH-12.37 m
J-88 J-596
EXISTING DISTRIBUTION SYSTEM IN ABD AREA
m
PH-12.81 m
.47
PH-36.66 m
J-440
J-787
J-310
J-795
PH270
J-682
-10
PH-34.61 m PH-10.16 m
VV MAHAL JUNCTION J-37
+ 171.50
J-
J-741
PH-10.14 m
BARODA
NT
J-124 J-2
J-903
J-944
PH-38.59
PH-38.60 m PH 33
VIVEGANANDHA NAGAR
+ 167.00
PH-10.05 m
1m
STAURA
J-299
PH-33.74 m -10
PH-10.16 m
PH-10.08 m
J-36
J-298
.5
J-531
PH-10.40 m
.37 J-774
J-626
.45
m
m VIVEKANANDHA NAGAR
KFC RE
J-97 J-361
J-703 PH-10.35 m J-360 PH-12.01 m
J-714 PH-36.51 m J- J-514 B.S. 2 of 3
PH-35.97 m PH488 PH-11.18 m
PH-11.67 m
KOTAK MAHINDRA BANK
J-720
PH-38.77 m
+ 152.00 -10
.57 J-777
PH-10.05 m S.K.S. A3
SVR MEDICAL m
J-561
REDDY AND REDDY'S COLONY J-352 J-351 J-307 PH-12.65 m
PH-11.10 m PH-11.49 m R.M. 1:4000
J-706 J-9452.04 m PH-12.06 m
J-651 PH-1 J-366
PH-35.35 m
MUNICIPAL OFFICE
PH-10.42 m
PH-10.69 m
PH-10.59 m
A.B. METER
PH-10.83 m
PH-11.41 m
PH-12.83 m
J-308 PH-12.79 m
PH-12.21 m
PH-33.72 m PH-38.94 m
J-464
Page 428
J-288
J-287
J-386
PH958
J-677
TE
J-705 HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
-9.
J-530
J-529
J-
PH-10.64
J-951
m
LE
PH-32.0
PH-29.84 m SCHOOL J-587 ABBANNA COLONY ROAD J-195 PH-10.28 m
PRANAV NURSING PH-34.15 m PH-10.11 m
J-620 J-649 J-615
HOME J-586 PH-33.96 m
PH-33.23 m PH-33.64 m J-781 J-870 J-678 J-665
NOTES:
m
PH-33.83 m J-258
J-284 J-660 PH-32.92 m PH-9.00 m PH-10.30 m PH-10.74 m PH-11.72 m
.45
J-198
PH-30.50 m PH-32.01 m PH-32.64 m BHAVANI NAGAR J-664
PH 63
J-304
-34
JUNCTION PH-33.47 MANTHIRI KUSHU J-387 J-550 PH-11.94 m
m 1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
J-5
J-727 KENDRAM PH-11.18 m J-425 PH-11.42 m
J-199 PH-32.37 m MATERNITY HOSPITAL ROAD PH-11.25 m
PH-30.66 m J-303 J-735 J-869 J-856 NOTED. DO NOT SCALE.
MATERNITY HOSPITAL RD PH-33.51 m PH-36.08 m PH-32.92 m J-562
J-283 J-707 J-712 PH-9.48 m J-621 J-315
TEMPLE
J-713 PH-34.09 m PH-10.88 m J-854
PH-32.30 m PH-33.57 m PH-34.49 m J-767 PH-11.37 m 2. ALL LEVELS ARE IN METERS.
KT ROAD
PH-35.44 m PH-36.25 m PH-11.84 m
J-749 BHAVANI NAGAR
J-453 J-793 PH-35.90 m J-301 J-314
PH-33.46 m PH-36.70 m PH-36.51 m PH-11.48 m J-855
PH-11.91 m
PH-12.12 m
J-142
J-81
J-399 J-674 PH-11.62 m PH-11.70 m
PH-36.99 m J-379 RAYALASEEM
PH-33.44 m A-PUBLIC SC
J-851 J-680 PH-37.61 m HOOL ROAD J-181 m
PH-33.55 m PH-35.98 m J-452 PH-11.54 1.7
0
82
J-617 PH-9.76 m m J-32
J-211 -1
J-1
BHAVANI NAGAR PH PH-16 ROADS
PH-33.55 m J-495 PH-37.84 m 1.91
m
PH-33.26 m J-446 J-652
J-210 J-380 PH-10.90 m J-405 J-406 PH-12.26 m
PH-33.69 m J-679
BHAVANI NAGAR
J-247 PH-37.72 m PH-10.87 m PH-11.06 m J-418
J-216 PH-36.30 m PH-37.16 m BHAVANI NAGAR J-381 J-490 PH-12.76 m HDPE PIPE
PH-33.88 m J-417 PH-9.91 m J-454
J-305 PH-11.42 m
J-129 PH-33.72 m PH-10.52
m PH-10.67
PH-12.16 m
PH-33.89 m J-83 m J-470
J-89
BHAVANI NAGAR
J-135 J-248
PH-38.31 m J-382
PH-10.01 m J-836
J-306
PH-10.78 m
PH-12.47 m
J-419
PVC PIPE
J-469
PH-33.76 m PH-33.85 m J-75
PH-37.19 m TO REDDY COLONY PH-10.56 m PH-12.86 m
PH-10.76 m
PH-38.49 m
PH-11.01 m
PH-10.85 m
PH-10.80 m
PH-10.92 m
VV MAHAL ROAD
PH-11.52 m
PH-12.37 m
J-88 J-596 AC PIPE
m
J-721 PH-38.28 m J-98
PH-33.68 m
PH-12.81 m
.47
PH-36.66 m
J-440
J-799 J-123 PH-10.24 m
J-784
J-309
J-787
J-310
J-795
PH270
J-682
-10
PH-34.61 m PH-10.16 m
J-37
VV MAHAL JUNCTION + 171.50 RCC PIPE
J-
J-741
BARODA
PH-10.14 m
NT
J-124 J-2
J-903
J-944
PH-38.59
PH-38.60 m PH 33
VIVEGANANDHA NAGAR
+ 167.00
PH-10.05 m
1m
STAURA
J-299
PH-33.74 m -10
PH-10.16 m
PH-10.08 m
J-36
J-298
.5
PH-10.40 m
.37 J-531 J-774
J-626
SRIVENKATESWARA -10
APPOLO PHARMACY PH 2 J-7 m PH-11.33 m DI PIPE
J-7 PH 3 J-776 PH-13.50 m
HOSPITAL -10
BANK OF
m
m VIVEKANANDHA NAGAR
KFC RE
J-97 J-361
J-703 PH-10.35 m J- J-514
J-360 PH-12.01 m FLOW DIRECTION
J-714 PH-36.51 m
PH-35.97 m PH488 PH-11.18 m
PH-11.67 m
KOTAK MAHINDRA BANK
J-720
PH-38.77 m
+ 152.00 -10
.57 J-777
PH-10.05 m JUNCTION NUMBER
SVR MEDICAL
REDDY AND REDDY'S COLONY
m J-561 J- 410
J-352 J-351 J-307 PH-12.65 m
PH-11.10 m PH-11.49 m
J-706 J-9452.04 m PH-12.06 m
J-651 PH-1 J-366 METERIAL - DIAMETER
PH-35.35 m
MUNICIPAL OFFICE
PH-10.42 m
PH-10.69 m
PH-10.59 m
PH-10.83 m
PH-11.41 m
PH-12.83 m
J-308 PH-12.79 m
PH-12.21 m
K.T.S.COMPLEX APPOLO PHARMACY PH-36.71 m
J-719 MUNICIPAL OFFICE INDIRA MAIDAN PH-12.36 m
J-429
PH959 8m
1000KL
J- -9.7
PH-38.94 m
J-464
PH-33.72 m
J-288
J-287
J-386
P 95
m
PH-33.03 m PRESSURE HEAD
J-677
TE
J-705
-9.
J-530
J-529
J-
H
PH-10.64
PH-36.15 m VIGNAN PUBLIC SCHOOL
63
MP
J-951
8
m
LE
J-672
m
m J-953 0 m
J-105 PH-14.38 m
PH-10.80
YSR C EXISTING GLSR
m
PH-36.66 m IRCLE
PH-11.0
J-952
PH-11.05
J-698 TUDA
20 8 m
J-104 PH-38.98 m ROA TMR KALYANA MANDAPAM
PH-11.10 m
D
J-900
J-946
J-4 -10.9
HOSPITAL PH-36.65 m J-411 PH-10.86 m
.22 m
PH-10.68 m J-522
PH
J-564
PH-12.69 m
EXISTING ELSR
PH-11.32
J-63 J-421 J-487
PH-11
J-673
J-356
J-541 J-442 PH-11.13 mPH-11.28 m J-523
J-357
PH-10.89 m PH-14.58 m
SRI N.A.CLINIC
J-544
J-960 PH-12.78 m
J-1431.49 m
PH-1
J-1 -11.3
J-702 TUDA OFFICE J-316
PH
J-441 J-847 PH-7.62 m PH-11.35 m
PH-7.68 m
44 2 m
PH-36.69 m PH-38.44 m
J-147
PH-35.51 m VASAN EYE CARE
J-701
J-633 PH-7.93 m J-807 NARAYANA EM
J-146 PH-36.80 m
J-125
PH-11.61 m NAGARJUNA RESTAURANT
J-783 PH-8.51 m PRIVATE SCHOOL
PH-35.63 m MURALIKRISHNA PH-38.92 m
J-839 18 m
J-126
MEDICAL APOLLO PHARMACY 53 m PH-11.38 m
PH-11.
J-629 J-431 PH-10.78 m 5
J-77-11.03m
J-186
PH-10.93 m
PH-35.93 m PH-37.05 m PH
J-759
m
J-964 8 m
PH-10.65 m J-12-10.71
25
PH-38.05 m PH
J-416 KABAB & BRIYANI HOUSE
TEMPLE
-1 7
J-732
1.
7 m
J-477 J-12-10.54
PH-82
5 m
J-96-10.51 PH
J-187 PH-10.83 m PH-14.42 m
PH-7.81 m PH
J
4
J-13-10.32 m
DODDAPURAM STREET 6 m PH PH-10.64 m
J-96-10.28
J-430 J-325 J-436 PH J-79
J-22 PH-37.28 m SRI TATAIAHGUNTA GANGAMMA DEVASTANAM GARUDANJANEYA
PH-37.15 m PH-38.57 m 7 J-221 PH-10.49 m
PH-36.17 m J-96-9.97 m
PH-10.01 m J-954 SWAMI TEMPLE
PH VETERINARY HOSPITAL J-78 J-955
J-961 J-467 PH-11.57 m
J-21 PH-6.26 m PH-7.04 m J-786 2 m PH-10.47 m PH-12.20 m
PH-36.18 m J-437 J-468 PH-8.1 J-280
PH-38.34 m J-209 J-28
J-820 PH-7.44 m 7 PH-9.47 m PH-10.35 m
J-324 PH-6.25 m PH-5.72 m J-94-9.42 m J-845
PH-37.33 m
GIRIDHARDAS STREET J-19 PH PH-10.06 m
GL.153.15 m J-281 J-731
J-120 J-508 J-29 PH-13.95 m
PH-37.48 m PH-38.08 m PH-9.35 m PH-10.16 m J-636
ATTA STREET
J-119 PH-10.96 m W
NADAMUNI VEEDHI PH-37.44 m
J-668 J-552 J-882 SERVICE CENTRE
PH-36.90 m J-265 J-346 J-641 PH-10.07 m
PH-8.69 m J-642 PH-10.07 m
PH-37.36 m PH-5.83 m
SCHOOL
PH-9.58 m
J-685 J-575
J-102
THEERTHAK
PH-8.53 m
J-253
SURESH RESIDENCY
PH-36.75 m PH-37.20 m PH-8.68 m
PKLAYOUT
J-797
SCHOOL&NURSING
YADAV STREET J-676 J-252
PH-37.14 m
PARTHA DENTAL
PH-36.68 m
J-962 POST OFFICE
TOWER
J-579 PH-4.67 m
J-372 BSNL OFFICE
ATM
PH-36.66 m J-949
PH-37.01 m J-806 J-510 PH-8.12 m J-648
PH-8.74 m
NIMMAKAYALA VEEDHI PH-4.69 m PH-4.98 m J-511
PH-8.45 m
PH-8.16 m
PH-5.28 m PH-8.11 m
EET
J-184
J-458
J-521
J-293
FFIC E STR
PH-36.78 m P OST O
AGAM FASHIONS FRUIT MARKET J-504HEAD J-46
OH TANK PH-6.80 m PH-7.95 m J-459 J-183 J-559 J-560 J-612 J-536
J-656 J-90 J-503 PH-8.81 m PH-9.36 m PH-10.09 m J-613 PH-13.07 m SRINIVASAM
PH-36.80 m J-91 PH-4.25 m GOVT SCHOOL PH-6.39 m ASHOK APARTMENT STREET PH-8.27 m PH-11.03 m PH-11.70 m
PH-36.81 m J-47
J-118
SUN PH-7.09
m
J-584 PH-7.98 m TO PK LAYOUT STREET
NAP EET
U J-736
STR PH-5.11 J-462
KA
J-103 PU STR PH-7.28 m J-537
EET m PH-6.54 m J-67 EDDA
PH-7.19Pm
PH-7.23 m
KATTALUKOTTU VEEDHI
J-547
PH-12.90 m
TEMPLE
J-507 PH-8.96 m
J-68 J-207
PH-7.27 m PH-7.45 m PH-8.18 m
J-738 J-242 J-94
PH-37.05 m J-463 J-5 PH-9.24 m
PH-7.48 m
IV
AT
K J-956
PE
N PH-7.57 m
BA
-O
PH-7.71 m PH-7.96 m
C
J-56 J-895
PH-8.46 m CLIENT :-
J-517
PH-5.27 m
PH-7.97 m
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
PGR CINEMAS
J-518 J-743
PH-5.83 m PH-8.81 m TIRUPATI, Andhra Pradesh, 517501
GOVINDA RAJA SWAMY VISHNU NIVASAM PILGRIM
PUSHKARINI AMENITIES COMPLEX
CONSULTANTS:-
J-212 AECOM INDIA Pvt.Ltd./Deloitte
PH-8.74 m 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
J-813
Gurgaon 122002 Haryana, India
M
TO
PH-8.14 m
U
J-957 TEMPLE
LE
RE
RLY. BOOKING OFFICE
O
NI
J-213
GU
PE
NT
AT
A
LIMITED (TSCCL)
BH
POLICE STATION
POLICE BOOTH
TIRUPATI EAST
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-07 0
B.S. 3 of 3
S.K.S. A3
R.M. 1:4000
A.B. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
Page 429
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
LEGENDS:
MEDICAL COLLEGE ABD BOUNDARY
+200.00
EXISTING ELSR
MUNICIPAL OFFICE
1000 KL
+ 171.50
OHSR
+ 167.00
+ 152.00
TENDER DRAWING
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR ASSISTING
PALANI TALKIES TIRUPATI SMART CITY CORPORATION LIMITED (TSCCL)
ACM-TSCCL-ABD-UTI-DWG-PWS-08 0
+142.95 R.M. --
G.G.K. A3
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 430
N
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
NOTED. DO NOT SCALE.
2. ALL LEVELS ARE IN METERS.
LEGENDS:
ABD BOUNDARY
ZONE BOUNDARY
EXISTING GLSR
+169.50
MEDICAL COLLEGE
1200 KL ZONE-12B MEDICAL COLLEGE GLSR COMMAND AREA
3000 KL +219.00
+204.00 GSR +154.50
+215.00 PRAKASHAM PARK ELSR COMMAND AREA
RAILWAY COLONY
ZONE-11 2000 KL
+185.00
SPJNM SCHOOL +181.00
1150 KL
+199.50
+166.00
+194.50
ZONE-12C
+179.50
BP.TANK
1700 KL
+204.00
ZONE-14
+199.00
ZONE-13A TENDER DRAWING
+184.00
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-09 0
R.M. --
G.G.K. A3
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 431
-11
NE
ZO
ZONE
-1 1
NE
ZO
-11
-1 1
NE
ZO
-1 1
NE J-1
ZONE
ZO
PH-13.91m
-11
-11
NE 0
ZO 10
102-
-11
NE
ZO
cle
ZONE
8 5m J-28
1 J-8 -12.4 00 J-83 PH-15.9m
PH 39-1
Cir
N E-1 PH-11.24m
-11
ZO 0
-10
108
n
100 J-29
39-
54-
E-1
1
e PH-16.37m
Extensio
tatu
1
ZON
00
J-84
96-
ZONE
43-
NE-1
1 PH-14.53m 00
1-1
100
SZO 5
100
42-
-11
uda
J-90 J-86
1
1
E-1 0
00
ZON 0 PH-13.54m PH-17.65m
50 J-94 7-1 100
PH-12.92m 3 54-
r
-1
189 100
a 39-
1 J-85
48-
E-1 00
ZON -1 PH-18.72m
to G
J-96 6
100
4
ZONE
PH-12.8m 100 J-87
E-1
1
00 43- PH-18.12m
28-1
70-
ZON J-107
34-1
-11
PH-13.52m J-91
99
00
cl
00
32-1 PH-15.4m
J-100
41-
1 PH-16.55m
E-1 50
39-
Cir
ZON 71-1
J-93
33-
00
144
J-101
PH-17.2m
69-
45-1
100
PH-15.93m
J-108
99
1 J-95
99
E-1
K T Road
39-
ZON
PH-12.14m
e J-106
J-99
PH-17.28m PH-18.18m
44-
0
atu
-10
99
PH-17.05m 47 J-92
34-
100
34-
1 PH-17.98m
E-1 9
ZON 67-9
J-102
i St
00
14
PH-16.77m
LEGENDS:
99
9 J-105 29-1 J-97
26-
24-9 J-109 PH-17.93m
ZONE-11
E-1
1 PH-17.88m
PH-13.29m
99
ZON J-111 J-98
and
34-
00
35-
PH-11.92m 30-1 PH-17.69m AP HOUSING
9 00
1
66-9 45-1
144
00
1 J-103 BOARD COLONY
E-1
ZON PH-17.37m
N 9 J-110
42-9 PH-13.43m J-104
ROADS
35
1 PH-16.94m
E-1
ZON
-10
J-112
50 9
ZONE-11
PH-13.5m 65-9
56-1
-1
491
0
J-118 J-119 J-120
9 PH-18.82m PH-16.96m
25-9 J-113 PH-16.94m
4 4
1 PH-17.43m
NE-1 -99 J-114 49-99
32-99
53-99
ZO 28 SMART STREETS
36-99
22-9
PH-16.84m J-121
1 J-115 J-32 J-129
E-1 PH-17.87m
ZON PH-16.02m PH-19.12m PH-18.47m J-122
53-99
ZONE-11
15-144 57-99 39-99
29-99
28-99
29-99
RETAINED PIPELINES
26-144
J-128
PH-19.03m
-11 42-99
NE 55-99 J-123
ZO J-141 54-99
J-135 PH-20.1m
PH-18.85m J-130
37-99
PH-20.45m PH-17.93m
-11 J-519
41-99
41-144
NE REPLACEMENT PIPELINE
39-99
ZO PH-10.88m
ZONE-11
1 47-99
USE 54-99
-1
NE J-127 52-99 J-124
ZO H O
TO
EST PH-19.45m J-125 PH-19.91m
SBI BA
J-126 J-140
GU
IRI PH-19.52m PH-19.28m PROPOSED PIPELINES
38-99
18-144
S.V
ZONE-11 PH-22.17m
ZONE-11 ALIP
42-99
9
25-9
ZONE-11 J-132
IN
BALAJI BUS STAND
NK
ZONE-11
-2 26 J-134 J-139 J-155
STIT
PH-21.39m J-154
302 52-99 PH-21.11m
ZONE-11
PH-19.29m 52-99 J-137 J-138 PH-20.61m PH-21.79m
44
PH-20.74m 92-200
PH-20.81m
J-35
SLUICE VALVE
UT
112-200 64-200 46-200
-11
18-1
J-136 48-200 PH-23.86m
155
J-133
NE
E
Roa
ZO
PH-19.57m 12-99
PH-21.19m
-99
25-200
51-99
FEDERAL BANK
10-200 ANNA RAO CIRCLE
NE
-11
26
TO SRI BA J-33
ZO T HO
Kris
-2
J-520 LAJI BUS 25-99
STOP UES PH-22.97m ZONE
18
-11
PH-0.05m IRI G J-34 ZONE J-201
119-144
167-99 J-525 KATA 26
344-2
J-521 J-157 50-99 PH-23.64m -11 PH-21.79m
ZONE-11 PH-4.94m VEN ZONE-11
e
ZONE-11 PH-0.1m J-529 P LE PH-22.89m K.B.S.S.P.
Har
ZONE-11 24-99 J-156
130-99
ZONE-11 TEM
26
PH-10.93m TUS PH-22.8m SANSKRIT
J- 11 JUNCTION NUMBER
45-9
A LO J-187
64-100
-2
ISHN
123-144
PLAY GROUND SCHOOL
EG
PH-22.94m
E KR
64
CO A
51-99
9
HAR
C AR
LL
J-535
0
J-526
0
NI SW
TEMPLE
PH-18.49m
30-1
J-522 PH-5.78m RY
-99 ALLE
ZONE-11
J-160 38-100
CH TE
131 53-100
PH-0.41m 32 6 A A RT G J-516
115-99 PH-19.64m 50-99 75-99 J-173
53 - 100 LENGTH - DIAMETER
-22
TE A
PH-17.98m PH-22.4m
-9 RNIM J-172
110
LY NK
64 J-171
9 SWA
37
PO I VE
-32
POIN
-99
IO N PH-6.98m PH-16.86m PH-13.77m PH-21.22m PH-22.32m BUS STOP
J-184
21-100
J-523 GAS SU
N J-517
1
47-100
52-100
SR
PH-22.96m
KER
47-100
PH-1.58m PH-20.27m
ZONE-11
.W
OR
ERA 26
11-99 J-243 119-99 14-100 PH-17.88 m PRESSURE HEAD
38-144
127-99 PH-16.9m J-183
101
.C -2 J-244
74 .D.B GA 140 J-169 J-537 J-174 PH-23.48m
-3 KIN
ZONE
35-99
21 .G.R PAR
J-530 PH-13.77m J-161 PH-20.73m PH-21.79m 40-100 PH-23.12m
-99
T.T 10-100
MEDICAL COLLEGE J-524 PH-12.3m 238-144 PH-19.28m
60-99 67-99 J-170 37-100 J-182
-11
22-144
47-100
J-242 PH-19.25m
MEDICAL COLLEGE
00
3000 KL
39-144
J-245 124-99 PH-15.37m J-178
20-144
J-163
56-1
0 6 PH-13.07m
36-99
-60 -22 PH-18.77m PH-20.95m
380 119 AGA
R
1200 KL J-164
101-100
N 68-100 J-176
AKA
ZONE
R J-241 PH-18.34m
DWA PH-22.49m 57-100
J-168
19-144
J-532 PH-15.26m
PH-20.9 m
125-99
12
44-100
38-144
PH-10.69m J-246
-11
J-36 J-175
7-
8-100
48-100
PH-13.9m PH-22.05m
32
+219.00
42-99
PH-19.25m J-179 J-177
33-100
1
26-144
PH-22.76m PH-22.59m
6
-22
124-99
36-144
PH-8.1m J-235 J-180
J-165 J-166 J-167
25-100
34-99
PH-13.9m 3-144 PH-20.75m PH-21.29m W
PH-19.68m PH-20.08m
+215.00
GLSR
-11
J-9 J-6
+204.00
42-100
PH-9.27m J-237 J-192
87-99 PH-11.35m J-236 PH-22.96m
ATE
92-100
15-100 PH-15.35m
18-100
49-99 J-5
IRI G
41-99
38-144
J-8 J-262 99 136-100
PH-9.2m 41- J-238
37-144
J-198
27-9
PH-9.34m PH-9.84m J-256
J-7 52-99 PH-14.8m
ZONE
J-250
ALIP
PH-22.92m
31-100
27-200
PH-9.27m J-4 60 -99 J-255
PH-12.56m
PH-12.48m PH-12.44m
J-199
9
PH-9.05m J-257 65-144 PH-21.76m J-216
103-300
PH-13.76m 35-144 VARADARAJ NAGAR
19-99
J-3 40-99 J-239 J-248
J-232 J-203
-11
30-144
PH-15.02m ZONE-9A
20-99
PH-9.49m 8-99 PH-13.02m PH-9.69m 11-99 J-240
J-11 58-99 21-144
21-144
90-99
J-251 PH-14.14m
20-99
PH-12.5m
25-99
23-99
ZONE-11
20-99 J-254 PH-12.63m J-220
J-12 J-264 J-258
20-99
56-200
41-144 PH-12.58m 101-99 247-300 J-2 PH-21.28m ZONE-10
PH-21.03m
OWE J-252 66-144 PH-13.76m J-247
ZONE-5A
J-307 PH-19.28m NARAYANA ZONE-9B
69-100
ZONE
69-100
MOB 18-144 J-16
J-13 106-150 PH-12.71m PH-13.44m JUNIOR COLLEGE
32-300
PH-11.81m
46-99 J-14 11-144 PH-11.88m
PH-11.53m J-204
-11
ZONE-11
55-100
54-99
49-150
54-99
CHENNA REDDY PH-11.28m J-295
dA
-200
J-21 PH-12.1m 70-99 PH-11.28m
J-276 PH-19.08m PH-14.01m 61-99 J-303 J-306 J-299 ZONE-12C
ZONE-11
29-99
J-22 J-17
PH-9.17m
22-200
J-288 ZONE-12B ZONE-7B
PH-10.3m PH-9.59m PH-11.49m J-266 14-99 PH-13.44m PH-18.65m PH-18.68m
KT Road
4-200
J-23 87-200 19-144 J-273 PH-19.69m ZONE-7B
00 32
53-300
PH-14.13m J-286 J-217 J-205
PH-10.66m 19-200
25-100
PH-12.08m ZONE-5B
J-18 29 -200 J-291 J-302 PH-21.76m
ZONE
38-200 70-200
J-287
J-259 PH-19.5m 13-99 PH-22.79m ZONE-14
lip
J-272 PH-19.53m
0
48-100
32-150
PH-10.26m PH-13.7m
18-99
5-200
PH-19.87m J-222
-20
PH-12.27m 19-99
PH-12.31m J-260
29-1
10-2
40-100
18-99
47 J-274 PH-20.8m
15-99 12-99
30-99 J-20 PH-12.81m ZONE-13
-11
J-292 ZONE-8
67-99 J-214
PH-11.91m ZONE-15B
PH-10.89m 25 60-99 GOVT SCHOOL
44
-99 PH-19.87m
32-99
J-24
J-19
20-99 J-285 229-100 PH-22.72m
iri
PH-10.77m ZONE-15A
J-227 J-275 J-278 PH-18.96m J-301 47-300
90-99
PH-9.6m J-27 8-99 J-68 PH-12.14m J-277 PH-13.93m J-218
54-200
J-25 PH-10.26m PH-12.41m PH-14.38m J-38
22-1
39-150
PH-12.11m 7-99 COLLEGE J-300 PH-19.65m ZONE-4A
ZONE-6B
44
PH-10.83m 22
55-99
J-225
-144
J-281 GOVT
ZONE
29-1
R
FF EX GI
J-279
187-100
J-26 18 J-226
70-99
9 3 2 PH-15m SCHOOL
35-9
44
PH-9.5m
IC EC NE
PH-11.21m
41-99
J-280
-9 PH-12.74m
84-100
87-300
PH-14.09m
125-15 ZONE-1
E
9 J-228
ZONE-11
0 J-30
-11
O UTI R
oa
ZONE-3B ZONE-4B
20-150
EN
PH-10.56m
26-150
24-150
J-294
TH VE
PH-11.02m 23-150
13
J-229
AAKAGARLA GUNTA J-284 16-150
52
PH-10.43m
PH-19.85m J-305
E
24
-99
J-282 PH-17.84m PH-18.94m J-293
J-289
251-99
-14
DY
-9
E
PH-12.47m
9 J-268
d
PH-15.8m
58-300
.
J-283 PH-19.53m
4
-1 PH-15.97m 9 77-99
-144 23
40-150
23-144
27 J-308 45-300 R.K.HOSPITAL
9 INDIAN OIL
-9 J-267 ZONE-11 PH-17.5m J-309 51-300
-11
25 J-230 PH-10.54m
ZONE-11
J-508 ZONE-11
PH-18.16m J-221 67-300 J-223
ZONE-11 J-219
PH-10.38m J-269 PH-15.82m 73-100 J-509 ZONE-11 PH-19.9m J-215 PH-21.95m
30-144
PH-20.71m
19-150
J-231 PH-11.19m PH-16.61m ZONE-11 PH-21.06m
PH-11.61m J-271 ZONE-11
-11
J-507 J-489 ZONE-11
PH-12.8m J-506 00 PH-20.28m J-490
NE
152-144 PH-16.25m J-488 25-1
ZONE-11
ZONE
ZO
PH-19.81m
TO17-99 J-270 J-505 67-100 J-486 36-100
J-487
-11
22-1
G 41-100J-511
NA J-504 PH-17.17m PH-19.3m
12-100
50
9-99
G
ZONE-11 PH-16.95m
37-100
ZONE-11 A ZONE-11 ZONE-11 17-100 J-485 ZONE-11
R J-512 PH-20.17m
ZONE-11 PH-18.21m
NE-11 ZO
DEPUTY EXECTIVE ENGINEER(R&B) OFFICE
ZON
E-11
TENDER DRAWING
ZON
E-11
ZO
NE
-11
ZON
E-11
ZO
NE
-11
CLIENT :-
TSCCL
ZONE-
ZON
11
E-11
ZONE
ad
CONSULTANTS:-
Old Maternity Ro
AECOM INDIA Pvt.Ltd./Deloitte
-11
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ZON
ZO
LIMITED (TSCCL)
NE
-11
DRAWING TITLE
ZON
ZO
N
E-1
1
IN ZONE-11
ZONE-11
ZON
ZONE-11
E-11
ZONE-11
ZONE-11
ZONE-11
ZONE-11
DRAWING NUMBER REV
ZON
ZONE-11
ZONE-11
E-11
ZONE-11
ZONE-11 ACM-TSCCL-ABD-UTI-DWG-PWS-10 (01/05) 0
ZONE-11
ZONE-11
R.M. ---
ZON
ZONE-11
E-11
ZONE-11
ZONE-11 G.G.K. A2
ZONE-
11 A.B. NTS
ZON
11
ZONE-
E-11
ZONE-
11 V.P. METER
11
ZONE- THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 432
A
ZONE-12
A
ZONE-12
A
ZONE-12A
ZONE-12
A
ZONE-12
ZONE
-12A
ZONE-12A
ZONE
-12A
ZONE-12A
Road
Khadi Colony
J-51 -12A
PH-12.93m ZONE
J-3 120-361 -12A
PH-12.81m ZONE
ZO NE-12A
ZONE-12A
-12A
ZONE
40-400
ANNA RAO CIRCLE 600-226
J-48
M ROAD
ZONE-12A
PH-8.52m ZONE-12A
ZONE-12A
PRASANTHI NAGAR
ZONE-12B
K.B.S.S.P.
ZONE-12A
ZONE-12B
ZONE-12B
ZONE-12B
SANSKRIT ZONE-12B
4
ZONE-12B J-2
37-14
SCHOOL ZONE-12B 30-400
ANDAPA
ZONE-12B
ZONE-12B PH-13.42m
ZONE-12B
ZONE-12B
143-99ZONE-12B ZONE-12B
ZONE-12B
ZONE-12A
J-94
LYANA M
44
PH-8.62m J-93
TEMPLE
PH-8.55m
25-1
AB
B
ZONE-12
ZONE-12
J-47
PH-8.44m BUS STOP PRAKASHAM PARK
AKTHI KA
ZONE-12A
311-200 J-25
23-144 PH-11.48m
J-92 J-38
KT Road
PH-8.58m 50-1 J-91 SANTHI NAGAR
B
00 PH-7.32m
ZONE-12
PH-9.09m
SHIVA SH
A
B
0
ZONE-12
198-40
ZONE-12A
00
J-39
92-2
PH-9.66m J-30
PH-9.42m
B
ZONE-12
140-144
SANTHI NAGAR ZONE-12A ZONE-12A ZONE-12A ZONE-12A ZONE-12A ZONE-12A
39-99
104-99
J-28 J-13
PH-11.21m 83-100
76-99
PH-11.94m
8-100
J-29 30-100
ZO
J-11
A
B
J-12
PH-9.81m J-24
ZONE-12
NE
PH-12.44m
B
56-100 33-1 PH-12.46m J-9
ZONE-12
-12
J-31 PH-11.76m 00 J-10
PH-13.79m J-7
A
00 21-1
00 PH-13.49m
46-1 41-100 PH-9.78m 25-100 J-8
PH-13.35m
TEMPLE
J-35 21-1
PH-13.52m
J-6
0
60-10
00
PH-9.78m 17-100
25-100
PH-13.23m
J-4
J-36 -12B
ZONE-12A 19-100 PH-13.75m
SCH
00 57-100
32-361
PH-9.64m
66-1
LEGENDS:
B
J-37 ZONE-12
ZONE-12
ZONE-12A
A
B
O
144
73-144
PH-9.15m
OL
ZONE-12A
J-41
81-
PH-7.743m J-5
129-226
PH-13.48m
130
123-99
126-99
J-40
132-99
ROADS
45-144
119-99
PH-9.33m J-32
116-99
170-144
115-99
61-99
112-99
114-99
PH-11.58m
ZONE-12
ZONE-12B
J-34
83-361
ZONE-12
J-42 PH-12.39m SAPTHAGIRI NAGAR SMART STREETS
9
PH-7.66m
57-9
YASODA NAGAR
A
B
ZONE-12
A
57-144
298-28 29-285
5 73-285
59-285
J-33 35-285 13-285 21-285
24-285 RETAINED PIPELINES
ZONE-12A
ZONE-12B
35-285
PH-12.49m J-27 J-26 20-285 22-285
ZONE-12
NARAYANA PH-12.59m PH-13.11m J-23 J-22
PH-13.21m
J-20 J-19
36-285
JUNIOR COLLEGE PH-12.74m J-21 PH-13.91m PH-14.63m J-18 PH-15.65m
J-17
J-14 71-100
PADAM
B
SAPTHAGIRI NAGAR
ZONE-12
A
J-43 YASODA NAGAR REPLACEMENT PIPELINE
675-361
PH-7.37m PH-15.8m PH-18.35m N
AER DEGREE/ PG COLLEGE 293-100 J-45
ZONE-12A
32-144
PH-9.44m
PROPOSED PIPELINES
B
ZONE-12A
B
J-46
ZONE-12
335-100 PH-8.86m
SRIVARI MANSON
AYODIYA WOMENS
ZONE-12A
PH-7.23m
ZONE-12A
LITTLE ANGEL EM TM
B
HIGH SCHOOL FLOW DIRECTION
HOSPITAL
227-144 ZONE-12B
J- 11 JUNCTION NUMBER
ZONE-12A
A
B
ZONE-12
ZONE-12B
A
B
ZONE-12A
ZONE-12
PH-17.88 m PRESSURE HEAD
ZONE-12B
A
B
ZONE-12A
ZONE-12
TTD TRUPATHI DEVASATHANAM
ZONE-12B
A
B
ZONE-12
ATI
IRUP
PA - T
KADA W
J-50 J-52 ROAD
PH-8.07m PH-17.94m
J-49
A
B
PH-9.49m
SISU MANDIR
ZONE-12B
ZONE-12A
-12
ZONE-11
A
B
ZONE-12A
AD ZONE-12C
ZONE-12B
RO
ZONE-12B ZONE-7B
ZONE-7B
ZO
AL ZONE-5B
NE
AH
ZONE-14
MUKKYA MANTRI KENDRA
-12
ZONE-12A
M
A
B
ZONE-13
60-99 LE
ZONE-12B
PH-10.31m ZONE-6A
ZONE-6B
TUDA PARK
35-99
ZONE-4A
100-144
ZON
J-87 ZONE-1
ZONE-12A
E-1
PH-10.53m
64-99 J-86
ZONE-12B
PH-10.59m
GRAVE YARD
ZON
41-99
61
ZONE-12A
2A
-3
B
42-144
5
J-83
48
ZONE-12B
J-79 PH-10.69m
PH-7.83m 392-144 J-84
PH-11.2m
41 m s
P-350.0 L/
m
-4 4.69
ZO
J-80
Dia 14
118-144
ZONE-12A
Q
/s
NE
d
.1 27 m
m
67 m
L9 91
/k
PH-8.54m
m
V0.
-1
.7
2A
H.G
B
42-144
59-144
oa
J-70
70-144
J-69
2A
B
ZONE-12A
R
PH-7.86m PH-12.94m
E-1
ZON
46-144
52-144
al
TENDER DRAWING
54-99
2A
B
ah
E-1
KENDRAM J-64
ZON
M
PH-9.93m 125 PH-15.3m
-28
1
5 Z
ONE
74-285
45-144
61-144
-12A
2B PH-13.33m
59
60-99
J-65
ZONE-12B
ZON
PH-12.45m E-12B
2A
ela
KT ROAD
82Z-28
ONE 5
-12A
J-72
2B 0 05-08-2018 FOR TENDER
J-63 ZON
PH-11.52m PH-11.94m E-12A
2B J-54
DEVENDRA THEATRE
6
234-226 PH-15.16m
Le
-22
PH-9.52m
48
52-99
51-99
CLIENT :-
TSCCL
2B
-1
J-55
NE
J-90 J-73
ZO
PH-12.02m RAYALASEEM
-2
4
2B
OL ROAD
TIRUPATI, Andhra Pradesh, 517501
-1
NE
BHAVANI NAGAR
47-99
ZO
46-99
100-144
J-56 CONSULTANTS:-
ZONE-12B
J-74 PH-14.73m
-1
J-61
NE
6
PH-13.2m
22
ZO
PH-12.12m BHAVANI NAGAR 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
-
18-99
65
101-99 J-60
PH-12.17m
Gurgaon 122002 Haryana, India
BHAVANI
2B
163-144
-1
NAGAR
NE
BHAVANI NAGAR
ZONE-12B
63-99
PROJECT TITLE :-
ZO
J-76
42-99
PH-10m J-57
VV MAHAL ROAD PH-14.8m PROJECT MANAGEMENT CONSULTANT (PMC) FOR
TO REDDY COLONY
4
2B
-1
J-75 J-59
NE
-
64
ZO
ZONE-12
B PH-12.63m 100-99 PH-12.52m LIMITED (TSCCL)
ZONE-12
B 123-99
ZONE-12
B
VV MAHAL JUNCTION ZONE-12
DRAWING TITLE
DA
B ZONE-12B
ZONE-12B ZONE-12B
T
ZONE-12B
ZONE-12B J-58
TAURAN
ZONE-12B
F BARO
PH-14.35m
SRIVENKATESWARA APPOLO PHARMACY ZONE WISE PROPOSED DISTRIBUTION SYSTEM
HOSPITAL
IN ZONE-12A & 12B
BANK O
KFC RES
VV Mahal Road
oad
ACM-TSCCL-ABD-UTI-DWG-PWS-10 (02/05) 0
kR
R.M. ---
G.G.K. A2
Tila
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 433
o a d
n a R
h
r e Kris
H a
KT Road
LEGENDS:
ROADS
SMART STREETS
RETAINED PIPELINES
REPLACEMENT PIPELINE
PROPOSED PIPELINES
SLUICE VALVE
FLOW DIRECTION
J- 11 JUNCTION NUMBER
De
2C
ZONE-12C
-1
ZONE-12C
NE
ZONE-12C
ZO
ZONE-12C
ZONE-12C
J-44 J-43
ZONE-12C
ZONE-12C
vi
ZONE-12C
J-37 PH-18.12m 153-99 PH-20.76m ZONE-12C ZONE-9A
C
ZONE-12C
-12
TO PH-18.25m
NE
78-144
ZO
S.
Ro
ZONE-10
G ZONE-9B
ZONE-5A
4
NA J-12
54-14
ZONE-12C
ZONE-12C
GZONE-12C
AR ZONE-12C ZONE-12C ZONE-12C ZONE-12C
PH-16.45m
ZONE-11
ZONE-12A
ad
C ZONE-12C
ZONE-12 ZONE-12B
73-
ZONE-7B
C
E-12C
ZONE-7B
ZONE-12
99 C
DEPUTY EXECTIVE ENGINEER(R&B) OFFICE
ZONE-12 SINGALAGUNTA ZONE-5B
TO C ZONE-14
ZON
ZONE-12
EB SUBSTATION
J-45 5-100
J-64
SA
C J-59
GOVT SCHOOL
DW PH-17.75m J-58
PH-18.63 m ZONE-15B
ZONE-13
ZONE-8
0
34-99 PH-18.64m
RO
AR J-11
90-15
34-144
ZONE-15A
PH-18.92m
13
JI
AK PH-16.63m
ZONE-12C
-10
J-10 ZONE-6A
NI
ZONE-6B
0
A PH-16.72m J-48 J-63
ZONE-4A
ZONE-12
PH-18.64m
NA
DE
44 PH-17.03m
133-144
22-144 40-1
00
ZONE-1
G
VI
ZONE-3B ZONE-4B
AR
ZONE-2B
-1
ZONE-2A
93-100
C
50
101-99
J-36
72-100
J-46
LA
61
J-55
PH-18.19m PH-17.351m J-47
9-1
24-150
PH-20.31m
ZONE-12C
YO
KT Road
PH-17.4m
10
UT
J-17
J-9 PH-17.94 m
ZO
00 A
102-100 J-35
NE
PH-17.14m
88-144
-1 NT
46-150
-1
PH-19.1m J-52
2C
47 GU
150
71-99
PH-20.84m
49-150
J-16 J-42
A
J-7
ZONE-12C
59
29-
AL
PH-18.55m
9
G
J-34
Old A
18-9
NE
7-100
J-8
00 SIN
J-13
-12
J-51
PH-20.58m PH-21.04m
C
PH-17.62m -150
50 23-150
PH-17.4m PH-17.07m 75
J-56 0
9
J-18
-10
40 TO
12-9
PH-19.87m J-61
J-50 -99
10 PH-18.56m
80
SPJNM 84 -99 21
ZONE-12C
26-1 00 PH-21.19m 13 J-57 J-60
ZO
-20
-1
4
44
J-33
95-14
44
39-150
J-14
C
10-144
PH-21.59m J-49 PH-20.32m
25-1
PH-16.15m J-53
8-99
TENDER DRAWING
SCHOOL
50-100
ZONE-12C
PH-17.55m PH-19.56m
N
J-15 J-89
E-1
PH-18.11m
PH-18.12m
J-29
2
8- 28-100
C
00
25-150
20 73-1 PH-20.22m
87 0 32-2 85-100
lipiri
J-21
1150 KL 22-100
SA
PH-18.85 m
-2 GOVERNMENT 0 23-99 J-40
26 0 4 9-100 J-31 J-41
RO
ZONE-12C
BUILDING 2 7-2
J-20
PH-18.86 m PH-24.18m
PH-24.63m J-30 PH-22.59m
J-23
JI
4
J-5 0 J-24 PH-24.52m
45-100
NI
31-14
PH-21.27m
+199.50
38-150
200
ZONE-
J-28 J-39
VI
ZONE-12C
12
J-25
LA
41-200
C
-20
+194.50
15-144
0 PH-22.24m J-65
YO
UT
J-87 PH-24.35m
ZONE-
100-144
12C
ZONE-12C
18-2
PH-22.34m PH-23.5m
HR
oad
00
0 J-67
U
-1 22 PH-23.23m PH-23.91m
47-100 32 PH-24.7m
NA
6
J-85 BRILLIANT EM HIGH TIRUPATI, Andhra Pradesh, 517501
G
J-86 J-4
45-144
2 6
AR
PH-21.02m
PH-20.37m 24-2 PH-23.81m SCHOOL
ZONE
ZONE-12C
TEMPLE HOME J-74
45
103-200
-22
J-80 10-150
6
PH-23.31m J-72
BAN 0
40-100
PH-24.18m
PH-26.07m
BHAVANI NAGAR J-79 PROJECT TITLE :-
ZONE-12C
ATE 77-10
43-144
- 321 D I C JUNCTION PH-28.58m PROJECT MANAGEMENT CONSULTANT (PMC) FOR
114 SY0N ASSISTING TIRUPATI SMART CITY CORPORATION
0 7-226
33-1
70
LIMITED (TSCCL)
J-82 J-70 MATERNITY HOSPITAL RD 34-226
-22
AR CH UN
CLINICAL RESE 66-144
6
J-3
N
J-69 ZONE-12C
PH-23.59m 81-226 PH-28.67m PH-28.63m PH-26.08m ZONE-12C
-12C
ZONE-12C
ZONE-12C
ZONE WISE PROPOSED DISTRIBUTION SYSTEM
200-226
ZONE
ZONE-12C
ILDING ZONE-12C
GOVERNMENT BU IN ZONE-12C
ZONE-12C
D
ZONE-12C
ZONE-12C
ZONE-12C
KT ROA
ZONE-12C
J-83 ZONE-12C
PH-24.87m
-150
ZO
E-12C
ZON RAJANNA MUNCIPAL PARK
d
NE
141 E-12C
J-84
R o a
-1
it y
2C
rn
ZON
PH-24m
ZONE
-12C
E-12C
NE
ZON
ACM-TSCCL-ABD-UTI-DWG-PWS-10 (03/05) 0
-12
2C
C
ZO NE-1
UT E-12C
AYO ZON
VI L-12C R.M. ---
ZO
I DE
NE
E
ZON
OJIEN-12C
-1
2C
G.G.K. A2
SAR ZON
OE-12C
T
ZON
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 434
RAILWAY COLONY
2000 KL
+185.00
OHSR KADA
PA - T
IR UPAT
I
+181.00 ROAD
LEELA MAHAL JN.
AD
RO
AL MUKKYA MANTRI KENDRA
AH
M
E LA
LE
678-450
+166.00 TUDA PARK
GRAVE YARD L
OO
CH
E MS
HA
d
JET
I VI
a
SR
Ro
al
ABBANNA COLONY ROAD
ah
M
ZONE-13
A
ZONE-13A ZONE-13A LEGENDS:
ela
ZONE-13A
J-120
TEMPLE
3A PH-15.62m
E-1 J-121
-110 23 -110
ZON
113 -110 PH-15.07m
ROADS
23 -110
BHAVANI NAGAR J-124 J-118
Le
PH-15.25m J-123 PH-15.40m 113 -110
PH-15.79m J-119
ZONE-13A
10
A 10 -110
-13 ABBANNA COLONY PH-15.10m
24 -110
4 NE 50 -11
15 -1
ZONE-13A
7- ZO J-117
ZONE-13A 0 SMART STREETS
25 -110 23
11
26 -160
J-139ZONE-13A 173 -160 J-115
PH-15.94m
29 -110
J-143 PH-15.37m 54 PH-15.13m
PH-15.23m J-112
ASHOK -1 10 PH-15.51m RETAINED PIPELINES
ZONE-13A
9 -250 NAGAR J-110
94 -250 J-126 J-114 PH-15.18m
PH-15.62m PH-15.83m J-113
48 -11 J-111
0
PH-15.89m 0
-40
50 -110 PH-15.16m
0
67
A
208 -200 13 -110
-11
13
RAYALASEEM -11 REPLACEMENT PIPELINE
-
61
NE
A-PUBLIC SC 0
59 -110
J-105
ZO
HOOL ROAD
37
J-142 PH-16.29m J-102 J-100
ZONE-13A
PH-14.92m J-136 13 -140 PH-15.97m PH-15.58m
11 -110
129 -250 PH-15.44m 35 -200 9 -160 PROPOSED PIPELINES
3A
10 J-99 65
-1
50 35 -200
NE
5
-2
25 -250 -1 J-108 PH-1 -11
ZO
0
PH-16.35m
28 -250 29 -250 29 14 -160 5.65 0 J-101
-40
J-135 73 -250 23 -200
m
PH-16.06m
J-103
14 -110
PH-15.73m
PH-15.52m
J-98
J-133
PH-15.49m
PH-15.82m
J-131
PH-15.53m 40 -110
44 -110
PH-16.49m
38 -110
PH-15.84m
J-107
J-129
NE 52
PH-15.91m
J-127
49 -110
BHAVANI NAGAR 16 -110 SLUICE VALVE
PH-15.80m
ZONE-13A
PH-16.26m
J-95
J-109
3A
J-140 29
-1
PH-14.79m -11 J-97
ZO
0 PH-15.66m
74 -110
0
123 -110
-11
J-134
37 -110 PH-15.54m
PH-16.05m
FLOW DIRECTION
90 -200
PH-15.82m
99 -110
83 -200
112
130
A
J-132
98 -110
J-76
4E-0
J-138
J-141 PH-15.90m
J-128
O-N
87 -110
PH-15.43m
ZONE-13A
PH-16.17m
TO REDDY COLONY PH-15.92m
60Z
PH-16.18m
PH-16.75m
PH-16.90m
PH-17.06m
PH-17.55m
PH-15.94m
36 -110
J- 211 JUNCTION NUMBER
PH-15.87m
J-130
J-2
PH-17.25m
3A
116 -200 J-3
PH-15.74m
J-137
PH-15.06m
J-106
33 -160 8 -160
PH-16.06m
-1
J-104
J-75
J-77
NE
PH-15.46m
J-69
J-96
ZO
RODA
81 -160 35 -110 J-93
AURANT
J-72
30 -160 65 - 110 LENGTH - DIAMETER
ZONE-13A
J-94
0
J-73
28 -110 PH-17.69m
40
J-59 43 -140 20 -140 37 -160 J-92
0
-
20
A
VIVEGANANDHA NAGAR
APPOLO PHARMACY PH-13.49m PH-17.68m 39 J-88
58
-13
F BA
-110
-
10
NE
PH-14.33m
88 -140
28
J-1 89 VIVEKANANDHA NAGAR-110 PH-17.55m PH-14.88 m PRESSURE HEAD
ZO
0
KFC REST
PH-14.35m -11 J-90
-11
BANK O
0
74 -11 PH-14.48m
J-49
0 30 -11 PH-17.62m
J-89
ZONE-13A
76 -110
29
J-57
149 -160
PH-13.93m J-91
0 J-56 0
PH-17.26m
1
-13
130 -110
127 -110
131 -110
PH-16.88m
7 -1
87
130 -110
NE
-11
42 -140
J-58
0
0
ZO
-40
PH-14.70m 10
10
J-81 J-85 105 -1
91
PH-17.14m
14 -1
PH-16.98m
ZONE-13A
A
J-50
22 -140
-13
PH-15.06m 39 -110
NE
PH-15.49m
J-86 J-87
51 -110
ZO
PH-16.14m
67 -110 PH-17.66m
0
J-4
PH-16.99m
MUNICIPAL OFFICE PH-17.97m
16
PH-14.73m
44 -140
6-
33 -140
31 -160
J-84
24 -140
PH-15.05m
INDIRA MAIDAN
J-74
PH-17.08m
13
TE
J-68
A
VIGNAN PUBLIC SCHOOL
J-64
-13
0
112 -110
ZONE-13A
J-80
28
J-82
J-52
NE
MP
43 -140 50 -110
PH-14.61m
W
J-55 PH-16.93m PH-17.11m 98 -110
ZO
-
61
LE
PH-14.40m J-65 J-83
15
Tuda 42 -110
47 -110
47 -110
J-182 PH-16.59m PH-17.89m
J-53
7-
48 -110
48 -140
48 -110
Office
PH-13.94m
0
28
ad
PH-13.85m
45 -140
-11
A
69 -110
Road
-13
PH-14.32m
J-144 48
NE
100
ZONE-13A
11
PH-14.31m J-54
J-48
ZO
PH-14.27m
60
PH-14.37m
-110
0 J-67
61 -110
PH-14.55m 11 -110 J-63 J-61 J-62
0 -1
ZONE-9A
J-183 PH-15.21m
PH-16.00m PH-16.90m
Ro
PH-17.23m 99 -110
J-51
PH-14.46m
0
J-36 .09m50
J-66 25 -110 J-79
3
J-181 44 -110
-28
49 -110
PH-16.48 -110
A
J-41
122 -160 PH-15.09m 43 -110 J-78 PH-17.65m
-13
ZONE-10
51 -140
PH-14.11m
48 -140
ZONE-5A
PH-17.27m
NE
ZONE-9B
m
84
J-31 82m
17 -1
J-38
J-5
5 .86
ZO
40
60
PH-14
40
ZONE-13A
PH-15.00m
58 -110
J-3H-13
28
16 -1
76 -110
18 -1
-14 ZONE-11
0 0 ZONE-12A
25 -1 -14
P
k
60 -250
J-45 40
16 58 -110
10
A
ZONE-12C
J-42-13.73m
PH-15.16m
PH
53 -140 22 -140
-13
ZONE-12B
J-145
64 -110
ZONE-7B
118 -140
PH-14.91m
TUDA OFFICE
-1
0
Tila
NE
J-33 ZONE-7B
10
J-177 PH-14.43m
1
J-60 ZONE-5B
10
J-32
ZO
108
81 -1
95 -1
ZONE-14
PH-16.04m PH-17.76m
45 -110
54 -110
PH-14.38m J-184 PH-17.04m
86 -1
PH-16.88m
54 -200
ZONE-13A
J-233
ZONE-13
26 -160 36 -11 PH-14.53m ZONE-8
J-9 VASAN EYE CARE ZONE-15B
PH-14.12m 24 -110
0
J-34 4.81m
0 J-6
0 23 -11 PH-14.75m
22 -110
PH-15.30m
53 -11
A
NARAYANA EM
79 -110
ZONE-15A
-13
NE 0
J-30
-25
PH-1
88 -
ZONE-6A
PH-14.78m J-29
ZO
ZONE-6B
J-229
PH-14.42m
86 -140
PH-14.83m 103 -110
ZONE-4A
J-43 5.15m
20 -110
J-40-15.54m
m
89
9m
m
0
J-11
24 -110
16 -110
0
-25
7
J-37-15.28
.
J-3 -15.56
56 -110 J-232
J-8H-14
10
.49m
30 -11
10 PH-15
ZONE-13A
15 -1
ZONE-1
PH-14.93m
37
J-173
PH-1
VIHARI WINES 51 -110 18 P 94 -1
ZONE-3B ZONE-4B
-110 J-47
A
9
ZONE-2A
PH-12.82m
-110
PH
PH
-13
PH
m
11 -110
J-235
J-10-14.74
m
0
J-231 0PH-15.59
NE
-25
1
50 -110
J-24 J-27
41 -110
20
J-146 -110
80
PH-14.59m
-110
J-179 m 23 24 PH-16.92m
J-44 24 TEMPLE PH-14.91m
-110
J-46-14.81 PH-14.91m PH-17.47m
0
PH-15.12m
0
J-228 PH-14.52m 10 0
47 -11
25
11
- 6
ZONE-13A
1 PH-15.30m 55 -110 PH-17.23m
A
J-230
10
84
J-174 m
NE
PH-15.31m
15 -110
19
J-26
PH-14.83m
J-176
59 -140
-1 PH-15.41m
20
11 -110
0-
J-175
J-236
VETERINARY HOSPITAL0 10 J-21 PH-16.41m 10 -110
27 -200 11 7 -1 PH-15.62m
A9
PH-13.43m
26
PH-14.66m
J-22
21 J-14 15 -200 1
49 -140
-13
- 8 2
28 -110
PH-14.87m PH-16.43m
ZONE-13A
-1 29 10 PH-16.21m
49 -110
PH-14.97m
2m
NE
0
10
J-170 34 -110 10 8 -1
29 -11
ZO
15 -200
5.
PH -20
69 -110 2
-1
15 -160 PH-12.80m 29 -110 - 1 10 45 -110 J-220
J
J-172 116 -140 0 31 -110
GIRIDHARDAS STREET J-147 44 -140 -11 J-16 18 40 -1 J-227 44 -110
51 -160
-110
J-165 PH-14.86m PH-14.87m J-219 PH-17.03m
PH-13.64m PH-13.36m PH-13.16m PH-14.95m J-19 J-218
46 -110 PH-16.47m
A
J-217
0
J-162 PH-14.92m
-13
PH-14.74m
J-226 PH-16.27m
39 -14
PH-16.26m
37 -110 19
J-215
NE
PH-13.45m J-196
ZONE-13A
J-225 PH-15.24m
KJECS E.M.HIGH
PH-15.32m
ZO
J-214
J-198
J-212
J-166 J-210 39 -160 PH-15.20m
3A
40
PH-13.27m 37 -110
TENDER DRAWING
SCHOOL
PH-14.76m
-1
30 -140 36 -11
1
139 -110
NE
135 -110
ZO0
35 -110
40 -110
25 -
0 J-211
14
ZONE-13A
40
J-167 PH-15.41m
5-
165 -110
124 -1
J-163 PH-13.22m
166 -110
0
3A 14
163 -110
1
PH-12.89m
149 -110
17 -1
148 -110
SURESH RESIDENCY
-1
134 -110
J-164 PH-14.88m
NE
J-199
SCHOOL&NURSING
ZO
PH-12.88m
115 -110
PH-14.88m
111 -110
PKLAYOUT
118 -110
J-186
ZONE-13A
PARTHA DENTAL
49 -110
PH-13.29m
116 -110
55 -110
POST OFFICE
A
TOWER
82 -110
-13
NE
ZONE-13A
J-157 J-221 PH-16.70m
37 -110
J-156
A 0
43 -110
PH-16.44m
-13 1
J-213
PH-12.32m PH-12.85m
60 -110
NE -1
J-185 0
ZO46
PH-16.13m
J-204 ZONE-13A
PH-16.18m
J-205
ZONE-13A
J-206
ZONE-13A ZONE-13A
J-207 ZONE-13A J-208 TSCCL
0
N
-13 0
41 - PH-12.76m ZO ASHOK
142 -11
APARTMENT STREET
J-193 Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
NE 11
110
10
10 PH-14.22m
-
10 23
J-194 7 -110
36
31 -1
J-159
ZO
N PH-12.79m PEDD T
0 -1
22 -110 3
E
-130
A
ET
1
J-154
44 -110
CONSULTANTS:-
5Z2O-1
NE
PH-12.84m
J-190 AECOM INDIA Pvt.Ltd./Deloitte
ad
TO TATA NAGAR 56 -110 51 -110 35 -110 PH-14.26m
3A
123 -110 81 -110 ZONE-13A NE
-1 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
GANDHI ROAD J-188
ZONE-13A J-189
J-153 ZONE-13A PH-13.96m PH-14.11m ZO4NE 5 -13
-1A10 J-191
ZO
PH-14.41m CHENCHULAXMI VEEDHI TIRUPATHI CENTRAL MAIN BUS STATION Gurgaon 122002 Haryana, India
A
PH-12.14m PH-12.40m
s Ro
d
PROJECT TITLE :-
BANDLA STREET
KAAGITHALA VEEDHI PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ajalu Roa
as
JAYASHAM ROAD ZONE WISE PROPOSED DISTRIBUTION SYSTEM
Koneru Road Jayasyam Road IN ZONE-13A
yp
TEMPLE PARCEL OFFICE
E
K IV
N AT
B
BA ER
TO
P
-O
RE
O
DRAWING NUMBER
Govind R
REV
NI
C
i
GU
r
ACM-TSCCL-ABD-UTI-DWG-PWS-10 (04/05) 0
NT
i
A
Alip
R.M. ---
G.G.K. A2
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 435
BP TANK
1700 KL
LEGENDS:
+204.00
OHSR +199.00 ROADS
J-348
BHAVANI NAGAR
PH-15.17m
VV Mahal Road
J-352 VV MAHAL ROAD TO REDDY COLONY
ZONE-14 60
PH-15.90m SMART STREETS
-1ZONE
10-14 159 -11
-1
4 ZONE-14 0 J-366
NE
PH-18.18m 211 -110
10
ZONE-14
ZO ZONE-14
VV MAHAL JUNCTION
-1
ZONE-14
ZONE-14 ZONE-14 ZONE-14 ZONE-14
RETAINED PIPELINES
ZONE-14
J-398
6
ZONE-14 ZONE-14
NT
4
14
ZONE-14
14
NE
-1
J-351 ZONE-14
NE-
ZONE-14
ZO PH-19.52m
BANK OF
ZO
PH-15.81m
STAURA
BARODA
SRIVENKATESWARA APPOLO PHARMACY
60 -110
HOSPITAL
-14
14
118 -110
NE
J-354
NE-
ZO
11
ZO
PH-17.23m
REPLACEMENT PIPELINE
KFC RE
-
72
79 -110 J-392
-14
14
51 -1
NE-
NE
KOTAK MAHINDRA 10 PH-19.03m 108
ZO
ZO
+184.00 BANK
24 -110
SVR MEDICAL
J-391
PH-19.03m
-110
48 -110
REDDY AND REDDY'S COLONY J-402
-11
14
PROPOSED PIPELINES
ZONE-14
NE-
J-350 J-349 PH-19.66m
J-353
ZO
PH-15.19m
50
180 -110
0
PH-15.27m PH-17.39m
- 11
J-360
14
95 -110
54
NE-
K.T.S.COMPLEX 52 -110 PH-17.97m
ZONE
23 -110
87 -110
ZO
J-375
0
APPOLO
-14
-14
PH-18.86m J-407
SLUICE VALVE
eet
PHARMACY PH-19.84m
66 -1 J-409
14
44
NE-
40 PH-19.89m
ZO
29 -140
ZONE
J-364
89 -140
110-11 ZONE-14
J-385
0
PH-18.18m PH-19.07m
-14
11
Tuda Of
14
9 -140
NE-
-14
54
61 -1 175 -110
FLOW DIRECTION
ZO
TK Str
40 J-382 YSR CI TUDA
J-369
35 -160
fice Roa
0 18
PH-18.99m RCLE ROAD
PH-18.52m
HOSPITAL J-379 J-411
14
NE-
d
PH-18.97m PH-20.22m
-14
ZO
0
46 -200 34 -160
-11
46 -200
ZONE
J-361
31
J-356 J-357 PH-18.09m J- 211 JUNCTION NUMBER
48
-14
14
J-355 170 -140
SRI N.A.CLINIC
PH-17.78m PH-17.88m
NE-
PH-17.62m
ZO
PARIMALA J-386
S.S.M.M
HOSPITAL PH-19.08m
-250
J-412
ZONE
0
0
PH-20.44m
14
-11
-14
-14
NE-
96 -110
00 65
ZO
65 - 110 LENGTH - DIAMETER
28
J-390
73
PH-19.11m J-414
ZONE
PRV-2 PH-20.67m
-4
14
NE-
oad
0
-14
642-40
ZO
17
142 -200
0
J-389
-11
J-359 PH-19.40m
161 -140 NAGARJUNA RESTAURANT
PH-14.88 m PRESSURE HEAD
49
48 -350
MURALIKRISHNA
ZONE-14
14
PH-18.13m
NE-
40
ZO
MEDICAL
APOLLO PHARMACY J-417
32 -1
DISTRIBUTORS PH-21.85m
54 -140
kR
VIHARI WINES
14
NE-
ZONE-14
80 -160 J-387
ZO
0
J-368 PH-19.39m
-11
42 -350
PH-18.69m
J-365
49 -140
76
KABAB & BRIYANI HOUSE
47 -140
14
PH-18.57m
NE-
ZONE-14
ZO
Tila
J-396 DODDAPURAM STREET
46 -140 PH-19.73m 139 -110 SRI TATAIAHGUNTA GANGAMMA DEVASTANAM
14
86 -140
NE-
GARUDANJANEYA
ZO
J-415
25 -140
0
ZONE-14
J-378
0
J-362
-11
PH-20.86m VETERINARY HOSPITAL SWAMI TEMPLE
22
14
NE-
J-460 J-395 J-416
ZO
35 -110 29 -110
PH-18.91m J-358 PH-20.87m
33-400
0
PH-19.75m
ZONE-14
PH-17.83m
-11
146 -110 GIRIDHARDAS STREET
14
34
103 -110
NE-
ZO
J-459 J-363 J-400 J-413
ATTA STREET
PH-19.37m PH-18.16m PH-19.87m PH-20.52m W
ZONE-14
KJECS E.M.HIGH
14
NADAMUNI VEEDHI
NE-
ZO
J-371 J-377 SCHOOL SERVICE CENTRE
J-399
PH-18.75m 86 -110 PH-18.88m 64 -110 PH-19.74m
ZONE-14
14
NE-
J-381 20 -110
ZO
63 -110
64 -110 PH-19.01m
THEERTHAK
19 -350 J-403
0
PH-19.83m
-11
J-376 17 -110 J-373
14
ZONE-14
PH-18.79m 20 -110
NE-
PH-18.96m
7
ZONE-9A
ZO
17
19 -110 J-404
48 -350
PKLAYOUT
YADAV STREET PH-18.93m 19 -110
62 -110
14
NE-
J-410 ZONE-10
ZONE-14
21 -110
SCHOOL&NURSING
J-393
ZO
PH-20.12m ZONE-9B
ZONE-5A
PARTHA DENTAL
91 -110 PH-19.13m 24
-110 39 -110 21 -110
TOWER
40 -350
J-374 J-401
14
NE-
PH-18.84m 15 -110 J-388 J-394 PH-19.73m ZONE-11
ZO
ZONE-14
PH-19.06m PH-19.28m ZONE-12A
32 -110
NIMMAKAYALA VEEDHI J-405 ZONE-12C
14
PH-19.77m
NE-
25 -350
ZONE-12B ZONE-7B
J-372
ZO
15 -110 J-450 J-451 ZONE-7B
ZONE-14
PH-18.72m 59 -110 PH-21.12m
15 -110
J-380 PH-20.28m 123 -110 252 -110
ZONE-5B
14
ZONE-13B ZONE-13B ZONE-13B ZONE-13
PH-19.85m
0
ZONE-13B ZONE-13B ZONE-13B
NE-
25 -110
35 -110
81 -140 ZONE-13B ZONE-13B
PH-21.68m
11
ZONE-13B ZONE-13B
ZONE-13B
ZO
OH TANK J-448E-13B ZONE-13B
118 -110
30 -110
74 -110
ZONE-13B
ZONE-15B ZONE-8
J-367
ZONE-14
38
PH-19.46m ASHOK APARTMENT STREET
10
ZON
29 -1
PH-20.62m 87 -110
14
ZONE-15A
PH-18.81m J-406 NAP REET PH-21.16m 253 -110
NE-
US U ST 169 -110 TO PK LAYOUT STREET
ZO
Road
PH-19.63m TRE AKAP J-428
PEDD
74 -350
ZONE
PH-21.61m
35 -110
ZONE-6A
ET
ZONE-13B
ZONE-6B
ZONE-14
J-419 ZONE-4A
40 7 -200 41 -140
KATTALUKOTTU VEEDHI
-13B
40
38 -110
14
TEMPLE
PH-19.60m
NE-
61 -1
J-445
ZO
J-306 J-307 J-443 12 -140 PH-21.13m 238 -110 J-440 J-427 ZONE-1
ZONE-13B
J-304 J-442 PH-20.63m PH-20.96m
ZONE-13B
J-370 TO TATA NAGAR PH-19.90m PH-19.96m J-418 80 -200 PH-20.71m ZONE-3B ZONE-4B
ZONE-14
ZONE-14
PH-18.34m 134 -350 J-300 PH-18.89m 85 -250 PH-19.80m
52 -250 PH-19.41m 76 -250 ZONE-15A
39 -250 4 J-444
A 2 -2
ZONE-15A
13 -110
J-303 ZONE-15A 50 -250
ZONE-15A ZONE-15
50 85 -200CHENCHULAXMI VEEDHI PH-21.02m TIRUPATHI CENTRAL MAIN BUS STATION 18 -110
ZO
J-309
17 -110
ZONE-15A ZONE-15A
J-438
49 -160
ZONE-15A ZONE-15A ZONE-15A ZONE-15A ZONE-15A 3B
GANDHI ROAD J-397 ZONE-15A ZONE-15A
NE-
PH-19.57m J-305 NE
-1
PH-19.90m
16 -110
15A
ZONE-13B
PH-21.09m
50 -110
ZO
ZONE-14 ZONE-14 ZONE-14 ZONE-14
PH-19.09m J-439
ZONE-14
27 -1
PH-20.04m J-308 167 -110
58 -280
J-432
d
J-301BANDLA STREET PH-20.88m
s
PH-19.98m
ZO
80 -110
92 -110
91 -110
PH-20.93m
NE-
MADURANAGAR
79 -110
PH-18.96m
ZO13NB
KAAGITHALA VEEDHI
ZONE-15A
J-310
E-15
s
66 -110
ajalu Roa
J-325
64 -110
0
PH-19.92m
ZONE-13
PH-18.94m
23 -110
J-319 J-452
-14
PH-18.84m 88 -110 J-326
ZO
a
PH-18.89m PH-19.78m PH-20.33m
NE-ZO
71 -140 J-311
26 -110
20 -110
B
35
NEHRU STREET JAYASHYAM THEATRE
13N
J-318 PH-19.92m
BE-
J-321
J-323 PLR GRAND MS SUBBALAKSMI
ZONE-15A
15
PH-18.66m 104 -110 120 -140
Byp
A
96 -110 110 -140 TO NEHRUSTREET
30 -110 PH-18.94m STATUE
ZONE-13
24 -140
ZO
J-320 6 -140 J-433 107 -140 J-426
NEZO
J-324 J-327 PH-19.93m J-434 86 -110 29 -110 PH-19.40m
-13B
B
PH-18.83m 8 -110 85 -110 PH-20.20m J-435 J-453
NE
37 -110 J-322 PH-19.88m PH-20.20m PH-20.14m
-15A
PH-20.13m J-436 J-441
ZONE-15A
PH-18.95m JAYASHAM ROAD J-437 22 -110
23 -140 19 -110 22 -140 PH-20.45m PH-20.57m PH-19.84m
ZONE
ZO
Jayasyam Road
-110
99 -250
J-342
NEZO
J-341
91
-13B
79 -110
80 -110
-13B
PH-18.83m PH-18.91m PARCEL OFFICE
NE
TEMPLE
-15A
J-430
-14
Koneru Road
38 -140
74
E
ZONE-15A
PH-20.41m
i
K IV
0ZO
ZONE
Alipir
N AT
NE
J-340
ZO
118 -140
-13B
BA ER
-13B
NE
PH-19.44m
20 -140
-15A
P
10
J-312
-O
J-343
ZONE-15A
PH-20.33m TIRUPATI CENTRAL BUS STATION
O
148 -140 J-425
89 -1
ZO
PH-18.76m 94 -140
ZONE
C
NE ZO
75 -140 PH-18.71m
Govind R
-13B
42 -140
-13B
J-344
NE
10
J-329 J-345
-1
5A
29 -250
J-328 PH-19.83m
10 30 -1
PH-18.62m PH-20.45m
50 -110 32 -110
PH-17.78m
ZO
ZONE-15A
NE
71
104 -110
Z-1O
ZONE
3NB
TENDER DRAWING
E-1
J-424
83 -110
-51A
77 -140
-13B
40
PGR CINEMAS PH-17.87m
ZO
J-331
29 -1
NE
J-330 ZO
J-431
-1
NE
PH-18.69m
3B
-1
ZONE-15A
PH-17.42m 5A
PH-20.58m
VISHNU NIVASAM PILGRIM ZO 17 -110 J-423
ZO
N
GOVINDA RAJA SWAMY NE
Z-1O
3B PH-17.89m
3B
E-1
AMENITIES COMPLEX 53 NE
0
7 -11
-1
82 -250
PUSHKARINI 5A
3
J-346 -1 J-422
40ZONE-13B
ZONE-15A
J-339 PH-20.13m 239 -110 J-313 PH-18.69mZONE-13B
44 -110 ZONE
-15A
PH-20.63m J-421
PH-18.69m ZONE
0 PH-19.37m
-11
ZO
-13 NE
B -15 -13B
A NE
118 -110 J-347 133
0
ZONE ZO
ZO
-13NE
-16
B -15
TO
M
PH-19.55m TEMPLE
10
A
ZONE -13B
U
ANNAPURNA HOTEL
ZONE-15A
J-335 J-337 J-338 ZO
-13NE
B -15 ZONE
LE
J-315 17ZO
28 -1
A
RE
5NE-1
19
PH-17.67m PH-18.60m RLY. BOOKING OFFICE PH-19.48m ZO 60
-13NE -13B
O
B -15
71 -160
35 PH-20.66m A ZONE
NI
TR
ZONE
43 -110
58 -110
J-333 -2 ZO
-13NE
B -15
50 -140
GU
-13B
PH-17.49mZO 50
A
PE
60
ZONE
ZO
-13NE ZONE
B -15
-1 J-420
NT
ZO
A
AT
NE ZONE
J-314 -13B
NE
ZONE-15A
54 85
-13B
-15A
PH-19.64m ZONE
A
J-336
-15A
AR
-25 -15A
ZONE-15A
PH-20.32m
J-334Z 0 PH-18.48m NE
ZONE-15A -13B
0 05-08-2018 FOR TENDER
BH
NE
POLICE BOOTH PH-17.98m 124 -250 ZO ZONE-15A ZO
POLICE STATION
ON
ZO
E-1
132 -250 ZONE-15A
NEZO
5A
TIRUPATI EAST
167 -200 -13B
-13B
-15A ZONE NE
E -15A ZO
NE
ON
J-332 J-316 Z
-15A
ZO
N E-1 ZONE-15A
ZONE-15A J-317 ZONE
ZONE
-13B
5A ZONE-15A
ZONE-15A
PH-19.67m PH-20.08m PH-20.34m
ZONE-15A
-15A
ZONE-15A
ZONE-15A ZONE-15A ZONE-15A
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-10 (05/05) 0
R.M. ---
G.G.K. A2
A.B. NTS
V.P. METER
THIS DRAWING IS PROPERTY OF AECOM AND IS NOT TO BE REPRODUCED, COPIED,
HANDED OVER TO A THIRD PARTY OR USED FOR ANY PURPOSE OTHER THAN THAT FOR
WHICH IT HAS BEEN LOANED
Page 436
NOTES:
1000
1000
150 BC 150 300 BC 300
150
150
150
150
1000
1000
TENDER DRAWING
CLIENT :-
TSCCL
150
150
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
BC+300 BC+600 PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
DRAWING TITLE
PIPE TRENCH AND SAND PIPE TRENCH AND SAND DRAWING NUMBER REV
Page 437
NOTES:
TENDER DRAWING
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-12 0
DES. BY R.M SHEET NO. --
DRN. BY G.G.K SHEET SIZE A3
CHKD. BY A.B. SCALE NTS
APPD. BY V.P DIMENSION mm
Page 438
NOTES:
1. ALL DIMENSIONS ARE IN MM UNLESS OTHERWISE
SPECIFIED.
2. DO NOT SCALE THE DRAWING, WORK ON WRITTEN
DIMENSIONS ONLY.
3. REDUCER TO BE USED AS PER SITE CONDITION.
4. REINFORCEMENT AS PER STRUCTURAL DESIGN.
5. GRADE OF CONCRETE M20 GRADE OF STEEL Fe-415.
TENDER DRAWING
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-13 0
R.M. --
G.G.K A3
A.B. NTS
V.P, mm
Page 439
NOTES:
1 1
FOUNDATION PLAN
TENDER DRAWING
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS-14 0
DES. BY R.M SHEET NO. --
DRN. BY G.G.K. SHEET SIZE A3
SECTION 1-1
CHKD. BY A.B. SCALE NTS
APPD. BY V.P DIMENSION mm
Page 440
NOTES:
L
L
H1
1 1
H2
B1
B2
H2
PLAN SECTION 1-1
TENDER DRAWING
6 350 0.75 0.75 1.00 1.00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
10 450 2.20 2.20 1.80 1.00 9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
11 450 1.30 1.30 1.70 1.00 PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
ACM-TSCCL-ABD-UTI-DWG-PWS-15 0
DES. BY R.M SHEET NO. --
DRN. BY G.G.K. SHEET SIZE A3
CHKD. BY A.B. SCALE NTS
APPD. BY V.P DIMENSION mm
Page 441
NOTES:
TENDER DRAWING
CLIENT :-
TSCCL
Tirupati Municipal Corporation(MCT), 13-29- M9-1-00
CONSULTANTS:-
AECOM INDIA Pvt.Ltd./Deloitte
9th Floor,Infinity Tower C DLF Cyber City,DLF Phase II
Gurgaon 122002 Haryana, India
PROJECT TITLE :-
PROJECT MANAGEMENT CONSULTANT (PMC) FOR
ASSISTING TIRUPATI SMART CITY CORPORATION
LIMITED (TSCCL)
DRAWING TITLE
ACM-TSCCL-ABD-UTI-DWG-PWS- 16 0
DES. BY R.M SHEET NO. --
DRN. BY G.G.K SHEET SIZE A3
CHKD. BY A.B. SCALE NTS
APPD. BY V.P. DIMENSION mm
Page 442
Volume 6: Bill of Quantities
1.2 The bidder has to do ETS Survey, Investigation, Design, shall be followed in
Build, Commissioning, operation and maintenance of the compatible with BIS/
entire system for a period of 7 years including Defect CPHEEO/ GoI
Liability Period of 2 years. Directives/ NEC/ ISO
etc.
1.3 The bidder should get the entire area surveyed using
total station and prepare the L.S, C.S and block levels of If there is any conflict
each component, land plan schedule, TBMs and design the of specifications, the
entire project and shall be got approved by the competent authorities’
department. decision shall be final
Distribution Network:
Auxiliary items: