NIT Part A B

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 366

GOVERNMENT OF INDIA

CENTRAL PUBLIC WORKS DEPARTMENT

NOTICE INVITING TENDER


NIT No: 02/SE&PD/Uttarakhand/2022-23
Name of Work: Design and Construction of Satellite Centre comprising of earthquake
resistant 280 bedded multispecialty Hospital (Ground + 5 Floors), SR
Hostel (40 Suites, G+5, 1 block), Nurses Hostel (48 Rooms, G+3, 1
block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House,
Mortuary, MGPS, Laundry, STP & Pump Room, Shopping Complex,
Sarai and Chiller plant Buildings including all internal & external, civil,
electrical & mechanical services, all external civil & E&M development
works, horticulture works and supply & installation of medical, office
and residential furniture for AIIMS Rishikesh at Udham Singh Nagar,
Uttarakhand in EPC mode.
Estimated cost put to tender Rs 3,19,10,30,024/-
Civil+ Furniture: Rs. 2,07,60,97,212/-
Electrical: Rs. 1,10,43,43,772/-
Horticulture: Rs. 1,05,89,040/-
Earnest Money Rs. 3,29,10,300/-
Performance Guarantee 3% of tendered amount
Value of Security Deposit 2.5% of tendered amount
Period of Completion 22 months
(4 months for Planning, design and obtaining Approval
+ 18 months for execution and completion of work)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-1
INDEX
Name of Work: Design and Construction of Satellite Centre comprising of earthquake resistant 280
bedded multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1 block), Nurses
Hostel (48 Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House, Mortuary,
MGPS, Laundry, STP & Pump Room, Shopping Complex, Sarai and Chiller plant Buildings
including all internal & external, civil, electrical & mechanical services, all external civil & E&M
development works, horticulture works and supply & installation of medical, office and residential
furniture for AIIMS Rishikesh at Udham Singh Nagar, Uttarakhand in EPC mode.

Page
Description
No.
Cover Page 1
INDEX 2
Notice Inviting E-Tender 7
PART-I: GENERAL INFORMATION 9
Checklist For Contractors For Submission Of Bids 10
Information & Instructions for Contractors for E-Tendering 11
List Of Documents To Be Filled In By The Bidders, Scanned And Uploaded Within The 16
Period Of Bid Submission
Guidelines/Procedure to be followed in introduction of e-procurement Solution 19
CPWD-6 For E-Tendering 20
PART-II: ELIGIBILITY BID 31
SECTION-I: BRIEF PARTICULARS OF THE WORK 32
SECTION-II: INFORMATION AND INSTRUCTIONS FOR BIDDERS 35
SECTION-III: INFORMATION REGARDING ELIGIBILITY 42
Form-A: Financial Information 44
Form-B1: Bankers' Certificate 45
Form-B2: Form of Certificate of Networth 46
Form-C: Details of Eligible Similar Nature of Works 47
Form-C1: Projects Under Execution 48
Form-C2: Details Of One Work In Support Of Structural System Technology Proposed 49
Form-D: Performance Report of Works Referred To In Form-C & C1. 50
Form-D1: Assessment of Quality For Completed As Well As Ongoing Works 51

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-2
Form-D2: Performance Report of Works Referred To In Form-C2 53
Form-E: Structure & Organization 54
Form-F: Declaration About Site Inspection 55
Form-G: Affidavit for Back-to-Back Basis 56
Form-H: Affidavit For Non-Black Listing 57
Form-I: Bidding Capacity 58
Declaration Of Signing Of Integrity Pact 59
Integrity Pact 60
PART-III: FINANCIAL BID 67
CPWD-EPC: EPC Item Rate Tender Form 68
Proforma Of Schedules: A to F 71
Table of Milestones: 74
Appendix-I: Establishing Site Laboratory and Testing of Materials 86
Appendix-II: Requirements of Plant and Equipment at Site 88
Standard General Conditions of Contract 90
Part-A: User Requirements, Scope of Work & Technical Specification 91
User Requirements 92
Scope Of Work 96
Guidelines For Working out Plinth Area 99
Approval from Local Bodies/Authorities: 102
Planning, Design & Drawings: 103
Water supply, Storm Water Drain & Sewer line: 105
Part-B: Detailed Scope & Particular Specifications Of Civil Works 108
Hospital Building (G+5): Minimum Acceptable Specification 110
Residential Buildings: Minimum Acceptable Specifications 147
Non-Residential Buildings: Minimum Acceptable Specifications 166
Development Work: Minimum Acceptable Specifications 183
Furniture Works: Residential Furniture 188
Furniture Works: Hospital & Office Furniture 189
Additional Conditions of Contract 190
Special Conditions for Cement & Steel 193
Special Conditions for Prevention Of Air, Water, Land Pollution 201

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-3
Special Conditions for Civil & Sanitary Installation / Water Supply / Drainage Work 216
Special Conditions for Waterproofing 237
Special Conditions for Doors 244
Special Conditions for Windows & Ventilators 249
Special Conditions for False Ceiling 257
Special Conditions for Flooring 264
Special Conditions for Finishing & Facade 266
Special Conditions for Structural Steel Work 267
Special Conditions for Furniture Work 284
Special Condition for Architectural Consultancy 309
List Of Preferred Makes For Civil Works 361
Part-C: Electrical & Mechanical Works 367
General information and brief description of E&M Works 368
Additional Scope of Work 374
Scope of work, User Requirement & Technical Specifications 390
Eligibility Criteria 396
Form-K: Willingness Certificate 398
Memorandum of understanding between (Separate for each sub head of E&M work) 399
Form-C: Details of All works of similar class completed 401
Form-D: Performance Report of works referred to in Form- “C” 402
Part-C1 Specifications of EI Works 404
Part-C2 Sub station 415
Part-C3 DG Set 443
Part-C4 Fire Fighting System (Wet riser & Sprinkler System) 457
Part-C5 Water Supply Pumps & Water Treatment Plant 465
Part-C6 Intelligent addressable Fire Alarm System 473
Part-C7 HVAC System, Pressurized Mechanical Ventilation System & BMS 484
Part-C8 VRV/ VRF Works 617
Part-C9 Lift 624
Part-C10 Audio Video Conferencing System 632
Part-C11 Sewerage/ ETP 635
Part-C12 UPS 645

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-4
Part-C13 IP based CCTV System 656
Part-C14 Laundry Equipment’s 669
Part-C15 Kitchen Equipment’s 673
Part-C16 Solar Water Heating System 683
Part-C17 Boom Barrier 688
Part-C18 Medical Gas Pipeline System 689
Part-C19 Modular OT 724
Part-C20 CSSD (Central Sterile Supply Department) 748
Part-C21 TSSU 753
Part-C22 Nurse Call System 758
Part-C23 AMTS through Pneumatic Tube System (PTS) 770
Part-C24 Automatic Laundry & Waste Disposal 789
Part-C25 Curtain Track & IV Tree System 792
Part-C26 IP-EPABX, LAN System, Networking 793
Part-C27 Solar PV System 822
Section-D 831
Part-D: Horticulture Works 832
Scope & Specification of Horticulture Works 833
Part-E: Schedule of Stage Payment 838
Civil Works- Stages of Payment 839
E&M Works- Stages of Payment 850
Horticulture Works- Stages of Payment 865
Part-F: Financial Quote 866
Schedule of Quantities (Civil Works) 867
Schedule of Quantities (E&M Works) 869
Schedule of Quantities (Horticulture Works) 871
Drawings & Reports
Geo-Technical Soil Investigation Report 22 pages
Conceptual Drawings 12 drgs.
Digital Site Survey Plan 1 drg.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-5
This N.I.T contains pages 01 to 871 as per index above with 1 Set of Soil Investigation Report (22 pages),
1 Set of Conceptual Drawings (12 Nos drawings) & Digital Site Survey Plan (01 No. drawing).

Assistant Engineer & Manager (Civil) Executive Engineer & Senior Manager (C)-I
Uttarakhand Project Uttarakhand Project
CPWD, Rishikesh CPWD, Rishikesh

Assistant Engineer & Manager (Elect) Executive Engineer & Senior Manager (Elect)
Uttarakhand Project Uttarakhand Project
CPWD, Dehradun CPWD, Dehradun

Assistant Engineer & Manager (Admn) Assistant Engineer & Manager (Elect)
Uttarakhand Project Uttarakhand Project
CPWD, Rishikesh CPWD, Dehradun

Approved By

Superintending Engineer & Project Director


Uttarakhand Project
CPWD, Rishikesh

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-6
NOTICE INVITING E-TENDER
The Executive Engineer & Senior Manager (C)-I, Uttarakhand Project, Central Public Works Department,
Rishikesh (Mobile: 9458120296, Email id- eercd.rhk@gmail.com) on behalf of the President of India
invites online bids on EPC Contract basis from CPWD enlisted contractors of appropriate class in building
category and eligible firms/ agencies satisfying the set eligibility criteria, in two bid systems (Technical and
Financial). Only conceptual Architectural drawings shall be provided by the department. The contractor
shall develop detailed Architectural & Structural drawings for the following work:

NIT No. 02/SE&PD/Uttarakhand/2022-23


Name of the Work Design and Construction of Satellite Centre comprising of earthquake
resistant 280 bedded multispecialty Hospital (Ground + 5 Floors), SR
Hostel (40 Suites, G+5, 1 block), Nurses Hostel (48 Rooms, G+3, 1
block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House,
Mortuary, MGPS, Laundry, STP & Pump Room, Shopping Complex,
Sarai and Chiller plant Buildings including all internal & external, civil,
electrical & mechanical services, all external civil & E&M development
works, horticulture works and supply & installation of medical, office and
residential furniture for AIIMS Rishikesh at Udham Singh Nagar,
Uttarakhand in EPC mode.
Estimated cost Rs 3,19,10,30,024/-
Civil+ Furniture: Rs. 2,07,60,97,212/-
Electrical: Rs. 1,10,43,43,772/-
Horticulture: Rs. 1,05,89,040/-
Earnest Money Rs. 3,29,10,300/-
Period of completion 22 months
(4 months for Planning, design and obtaining Approval
+ 18 months for execution and completion of work)
Pre-bid meeting Pre-bid meeting shall be held with the intending bidders in the conference
hall of Superintending Engineer cum Project Director, CPWD, Rishikesh
at 15:00 Hrs. on 16.01.2023
Last time & date of online Up to 11:00 Hrs. on 30.01.2023
submission of bid, and other
documents as specified in
the NIT
Time & date of online 11:30 Hrs. on 30.01.2023
opening of documents.
(Mandatory documents)
Technical bid

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-7
The bid forms and other details can be obtained from the website https://etender.cpwd.gov.in. All
corrigendum/addendum shall only be available on this website and shall not be published anywhere else.

Executive Engineer & Senior Manager (C)-I


Uttarakhand Projects
CPWD, Rishikesh

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-8
PART-I

GENERAL INFORMATION

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-9
Checklist For Contractors For Submission Of Bids

1. The tenderers should read all the instructions, terms & Conditions, contract clauses, nomenclature of
items, specifications etc. contained in the tender documents very carefully, before quoting the rates.
The tenderer should also read the General Conditions of Contract 2022 for EPC with correction slips
up to date of submission of bids which will be part of the agreement.
2. The agency shall quote the rate for complete scope of work in both words and figures in the
financial bid.
3. The contractor shall quote his rates keeping in mind the scope of work, specifications, terms &
conditions, additional conditions and special conditions etc. and nothing shall be payable extra
whatsoever unless otherwise specified.
4. The contractor shall also furnish Performance Guarantee of 3% of the tendered amount in addition to
the other deposits mentioned elsewhere in the contract for proper performance of the agreement. The
Performance Guarantee shall be in the form of Insurance Surety Bond, Account Payee Demand
Draft, Fixed Deposit Receipt, Bank Guarantee from any of the Commercial Bank in as per
Performa given in Annexure enclosed.
5. In the event of the tender being submitted by a firm, it must be signed separately by each partner thereof
or in the event of the absence of any partner, it must be signed on his behalf by a person holding a
power of attorney authorizing him to do so. Such power of attorney should be produced with the tender
and it must be disclosed that the firm is duly registered under the Indian partnership act, 1952.
6. The bidder shall quote their rates considering all prevalent taxes/ cess like GST, Workers Cess or any
other tax on material /work as applicable and nothing extra shall be paid to the contractor on this
account. The department shall deduct Workers Cess, Royalty or any other tax as applicable, from the
R/A bills & final bill. However, the contractor shall pay GST to the concerned authorities directly. TDS
as applicable shall be deducted from all bills of contractor.
7. The tender which is not duly signed by authorized signatory or is conditional shall be treated as non-
responsive and shall be summarily rejected.
8. Online bid documents submitted by intending bidders shall be opened, only of those bidders, whose
eligibility documents as required as per this NIT are found in order.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-10
Information & Instructions for Contractors for E-Tendering

The Executive Engineer & Senior Manager (C)-I, Uttarakhand Project, Central Public Works
Department, Rishikesh (Mobile: 9458120296, Email id-eercd.rhk@gmail.com) on behalf of the
President of India invites online bids on EPC Contract basis from CPWD enlisted contractors of appropriate
class in Buildings & Roads (erstwhile composite/ building/ infrastructure) category and firms/ contractors
of repute satisfying the set eligibility criteria, in two bid systems (Technical and Financial):

NIT No. 02/SE&PD/Uttarakhand/2022-23

Name of Work Design and Construction of Satellite Centre comprising of earthquake


resistant 280 bedded multispecialty Hospital (Ground + 5 Floors), SR
Hostel (40 Suites, G+5, 1 block), Nurses Hostel (48 Rooms, G+3, 1 block),
Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House, Mortuary,
MGPS, Laundry, STP & Pump Room, Shopping Complex, Sarai and
Chiller plant Buildings including all internal & external, civil, electrical &
mechanical services, all external civil & E&M development works,
horticulture works and supply & installation of medical, office and
residential furniture for AIIMS Rishikesh at Udham Singh Nagar,
Uttarakhand in EPC mode.
Location Kiccha, Udham Singh Nagar, Uttarakhand

Estimated Cost put to Rs 3,19,10,30,024/-


Tender Civil+ Furniture: Rs. 2,07,60,97,212/-
Electrical: Rs. 1,10,43,43,772/-
Horticulture: Rs. 1,05,89,040/-
Earnest Money Rs. 3,29,10,300/-

Period of Completion 22 months


(4 months for Planning, design and obtaining Approval
+ 18 months for execution and completion of work)
Pre-Bid Conference Pre-bid meeting shall be held with the intending bidders in the conference
hall of Superintending Engineer cum Project Director, CPWD, Rishikesh
at 15:00 Hrs. on 16.01.2023
Last date & time of online Up to 11:00 Hrs. on 30.01.2023
submission of technical and
financial bids

Time and date of opening of 11:30 Hrs. on 30.01.2023


Technical Bid

Period during which hard To be submitted by the lowest bidder only within 01 week from the date
copies of documents shall of opening of financial bid.
be physically submitted

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-11
Opening of financial bids of Shall be intimated through electronically after approval of technical bids
technically qualified by the competent authority.
bidders

1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures are not
accepted.
a. The bidder should have satisfactorily completed the works as mentioned below during the last 7
(seven) years ending last date of the month previous to the one in which tenders are invited. For
this purpose, cost of work shall mean gross value of the completed work including cost of material
supplied by the Government/client but excluding those supplied free of cost:
(i) Three similar completed works of each of value not less than Rs. 127.64 Crore.
OR

Two similar completed works each of value not less than Rs. 191.47 Crore
OR

One similar completed work of value not less than Rs. 255.29 Crore.

AND

Should have satisfactorily completed one building work with composite steel structure of
minimum 1238 MT by weight of Structural steel (excluding the weight of Deck sheet,
nuts, bolts, and TMT Reinforcement) under one agreement in EPC Mode in last 7 (seven)
years ending last date of the month previous to the one in which tender are invited. This
work may be a part of the above given eligible works at 1(a) (i) above or as a separate
work.
Note:
1. One Hospital building of specified number of storeys mentioned in definition of similar
work, in each work of the financial magnitude, as specified in (i) above shall satisfy the
criteria of similar work.
2. The work of composite steel structure only is required in EPC mode.
Similar work shall mean:

““Work consisting of Construction of minimum five storied RCC/prefabricated


allopathic Hospital Building including at least three specialized Electrical and
mechanical services out of 1: Heat Ventilation and Air Conditioning (HVAC), 2:
Firefighting and Fire Alarm System, 3: Substation, 4: DG Sets, 5: Building
Management system & 6: UPS system and at least two Hospital services out of 1:
Modular Operation Theatre, 2: Medical Gas pipe line system, 3: CSSD, 4: Nurse call
system, 5: Automated waste and Laundry system, 6: Pneumatic tube Transport
system (or completing balance construction work of RCC/prefabricated allopathic

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-12
Hospital Building including structure work at least up to Five storey including and at
least three specialized electrical and mechanical services out of 1: Heat ventilation
and Air conditioning (HVAC), 2: Firefighting and Fire alarm system, 3: Substation,
4: DG Sets, 5: Building Management system & 6: UPS system and at least two
Hospital services out of 1: Modular Operation Theatre, 2: Medical Gas pipe line
system, 3: CSSD, 4: Nurse call system, 5: Automated waste and Laundry system, 6:
Pneumatic tube Transport system) under one agreement in India.”
Note:
1. Each basement, stilt constructed in the building will be considered as a storey.
2. Mumty and Machine Room will not be counted as storey/height for this purpose.
3. Standalone work of construction of road including recarpeting, Road maintenance,
bridges, power plants, flyover, sheds, metro station, elevated road or rail corridor,
road over bridge, approach of bridges or fly over, culverts, subway, underpass
basement, tunnel, runway, skyway, river training works, other cross drainage work
shall not be considered as building works.
Specialized E&M services etc., if executed under a separate contract may also be considered for
the purpose of assessing the technical competence only without adding its monetary value for
determining the eligibility criteria. The E&M Services under separate agreement submitted for
prequalification must be either 3 works each of value not less than 40% value or 2 works each
of value not less than 60% value or One work of value not less than 80% value of respective
E&M service. For value of Specialised E&M services, reference may be made of the table at
Page No. 28-29 of this NIT Document.
The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to
previous day of last day of submission of bids.
Bidders are required to submit TDS Certificates in Form 16-A, in case the similar works are
executed for a private body, which shall form basis for establishing the completion cost of
similar work executed by the bidder.
All the eligible similar works executed with enhancement and submitted by the bidders and
ongoing works as well as for the works with estimated cost put to tender more than 40% of
estimated cost put to tender may be got inspected by CPWD official as decided by NIT
approving authority. The marks for the quality shall be given based on this inspection, if
inspection is carried out.
Qualified similar works may be physically inspected by CPWD Engineers to ascertain the
completion, performance, and quality of works for finalizing technical bids.
(ii) One completed work costing not less than Rs. 14.56 Crores executed with the structural
system technology as proposed by the bidders and mentioned in the letter of transmittal
for works other than Hospital building as mentioned in this NIT. This work can be part
of eligible work at 1(a)(i) above or as a separate work. The value of executed work shall

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-13
be brought to the current level by enhancing the actual value of work at simple rate of
7% per annum, calculated from the date of completion to previous date of last date of
submission of tenders. (Applicable for CPWD enlisted contractor of appropriate class
also).

The bidder shall satisfy the following financial eligibility criteria. However, CPWD registered
contractors enlisted in appropriate class of building and roads category; need not to submit
financial eligibility documents.
1.1. The bidder should have had average annual financial turn over (gross)
of Rs. 95.73 Crore on construction works during the last three Consecutive years ending 31st
March, 2022 (Scanned copy of certificate from CA with Unique Documents Identification
Number (UDIN) to be uploaded). The value of annual turnover figures shall be brought to the
current value by enhancing the actual turnover figure at simple rate of 7% per annum.

b. The Bidder should not have incurred any loss (profit after tax should be positive) in more than two
years during available last five consecutive balance sheets (standalone financial statement), duly
certified and audited by the Chartered Accountant for years ending 31st March 2022. (The balance
sheet in case of Pvt./public ltd. Company means its standalone financial statement and
consolidated financial statement both).
c. The bidder should have a bankers certificate from a commercial bank in Form-B1 for Rs.
127.64 (Scanned copy of original to be uploaded) or Networth Certificate of minimum Rs.
31.91 Crore issued by Certified Chartered Accountant in Form B-2 to be uploaded.
d. The bidding capacity of the contractor should be equal to or more than the estimated cost of the
work put to tender. The bidding capacity shall be worked out by the following formula:
Bidding Capacity = {[AxNx1.5]-B}
Where,
A = Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of
completed works shall be brought to current costing level by enhancing at a simple rate of
7% per annum.
N = Number of years prescribed for completion of work for which bids has been invited.
B = Value of existing commitments and ongoing works to be completed during the period of
completion of work for which bids have been invited.
2. The intending bidder must read the terms and conditions of CPWD-6 carefully. He should only submit
his bid if he considers himself eligible and he is in possession of all the documents required.
3. Information and instructions for bidders posted on website shall form part of bid document
4. The bid document consisting of plans, specifications, schedule of quantities of items to be executed and
the set of terms & conditions of the contract to be complied with and other necessary documents can
be seen and downloaded from website https://etender.cpwd.gov.in free of cost.
5. But the bid can only be submitted after deposition of original EMD either in the office of Executive
Engineer inviting bids or division office of any Executive Engineer, CPWD within the period of bid

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-14
submission and uploading the mandatory scanned documents such as Insurance Surety Bonds,
Account payee Demand draft or Bankers Cheque or Fix Deposit Receipt or/ and Bank Guarantee
(for balance amount as prescribed) from any of the commercial Bank towards EMD in favour of
Executive Engineer as mentioned in the NIT, receipt for deposition of original EMD to division office
of any Executive Engineer (including NIT issuing EE/AE), CPWD and other documents as specified.
6. Those Bidders not registered or have not updated their profile on the website mentioned above, are
required to get registered/ update their profile beforehand. The necessary training material including
the videos step to step process are available on download section of https://etender.cpwd.gov.in.
7. The intending bidder must have valid class-III digital signature certificate with encryption key (combo
type) to perform any operation/ transaction on the e-tendering portal/ website and the bidder should
download and install the eMsigner on their system as per instruction available on download section of
https://etender.cpwd.gov.in.
8. On opening date, the Bidder can login and see the bid opening process. After opening of bids, he will
receive the competitor bid sheets.
9. Bidder can upload documents in the form of JPG format or PDF format.
10. Certificate of Financial Turn Over: At the time of submission of bid contractor may upload Affidavit/
Certificate from CA mentioning Financial Turnover of last 07 years or for the period as specified in the
bid document and further details if required may be asked from the contractor after opening of technical
bids. There is no need to upload entire voluminous balance sheet.
11. Contractor must ensure to quote rate of each item. The column meant for quoting rate in figures
appears in yellow colour and the moment rate is entered, it turns sky blue. In addition to this,
while selecting any of the cells a warning appears that if any cell is left blank the same shall be
treated as “0”. Therefore, if any cell is left blank and no rate is quoted by the bidder, rate of such
item shall be treated as “0” (Zero).
12. However, If a tenderer quotes nil rates against each item in item rate tender or does not quote any
percentage above/below on the total amount of the tender or any section / sub head in percentage rate
tender, the tender shall be treated as invalid and will not be considered as lowest tenderer.
13. The eligibility (Technical) bid shall be opened first on due date and time as mentioned above. The time
and date of opening of financial bid of bidders qualifying the eligibility (Technical) bid shall be
communicated to them at a later date physically/electronically.
14. Pre-bid conference shall be held with the eligible and intending bidders in the conference hall of
Superintending Engineer cum Project Director, CPWD, Rishikesh at 15:00 Hrs. on 16.01.2023 to
clear the doubt of intending bidders, if any. Bidders should send by email all their queries, before
pre-bid conference, latest by 17:00 Hrs. on 12.01.2023 to the office of the Executive Engineer &
Senior Manager (C)-I, Uttarakhand Projects, CPWD, Rishikesh (Ph.: 9458120296, Email:
eercd.rhk@gmail.com). Because of pre-bid conference, certain modifications may be issued to all
eligible bidders by the Engineer-in-Charge by e-mail, if felt necessary by him. If further pre-bid
conferences are required for complete and effective interactions, the date and time of same will be
communicated at the end of 1st pre-bid meeting or later. All modifications/addendums/corrigendum
issued regarding this bidding process, shall be uploaded on website only and shall not be published in
any Newspaper.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-15
15. The department reserves the right to reject any prospective application without assigning any reason
thereof and to restrict the list of qualified bidders to any number deemed suitable by it, if too many bids
are received satisfying the laid down criteria.
16. The bidder shall propose to adopt structural system technology as mentioned in the letter of
transmittal.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-16
List Of Documents To Be Filled In By The Bidders, Scanned And Uploaded Within
The Period Of Bid Submission

For CPWD enlisted contractors of appropriate class in Building and Road category.

1. Enlistment order of the contractor in appropriate class in CPWD.


2. Copy of receipt for deposition of original EMD to division office of any EE, CPWD.
3. Copy of EMD.
4. Copy of Permanent Account Number (PAN Card) as issued by the Income tax department.
5. GST registration Certificate of the state in which the work is to be taken up, if already obtain by the
bidder.
If the bidder has not obtained GST registration in the State in which the work is to be taken up or as
required by GST authorities, then in such case the bidder shall scan and upload following undertaking
along with other bid documents. “lf work is awarded to me, I/we shall obtain GST registration
Certificate of the State, in which work is to be taken up within one month from the date of receipt of
award letter or before release of any payment by CPWD, whichever is earlier, failing which I/We shall
be responsible for any delay in payments which will be due towards me/us on a/c of the work executed
and/or for any action taken by CPWD or GST department in this regard.”
6. Letter of transmittal.
7. Certificate of Financial Turnover from CA in Form-A.
8. Against Banker certificate from a commercial bank in Form-B1 or Networth Certificate from Certified
Chartered Accountant in Form-B2, submit following certificate “I/We are CPWD enlisted contractor
in class …#……. and do not require uploading of this document for tendering for this work”.
9. List of eligible similar nature of works in Form-C & Form-C1.
10. Certificate in support of having successfully completed one work with technology proposed to be used
in the work in Form-C2.
11. Performance report of works (mentioned in Form-C & Form-C1) in Form-D.
12. Performance report of works (mentioned in Form-C2) in Form-D2.
13. Against Structure and Organization of bidder in Form-E “I/We are CPWD enlisted contractor in
class …#……. and do not require uploading of this document for tendering for this work”.
14. Declaration about site inspection in Form-F.
15. Affidavit regarding similar work has not been got executed on back-to-back basis in Form-G.
16. Affidavit for non-blacklisting in Form-H.
17. Bidding Capacity in Form-I.
18. Integrity Pact and declaration signed by the bidder in the presence of witnesses.
Note: # To be filled by Bidder

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-17
For non-CPWD enlisted contractors and CPWD enlisted contractors lower than the appropriate
class in composite/ Building category.

1. Copy of receipt for deposition of original EMD to division office of any EE, CPWD.
2. Copy of EMD.
3. Copy of Permanent Account Number (PAN Card) as issued by the Income tax department.
4. GST registration Certificate of the state in which the work is to be taken up, if already obtain by the
bidder.
If the bidder has not obtained GST registration in the State in which the work is to be taken up or as
required by GST authorities, then in such case the bidder shall scan and upload following undertaking
along with other bid documents.
“lf work is awarded to me, I/we shall obtain GST registration Certificate of the State, in which work is
to be taken up within one month from the date of receipt of award letter or before release of any payment
by CPWD, whichever is earlier, failing which I/We shall be responsible for any delay in payments
which will be due towards me/us on a/c of the work executed and/or for any action taken by CPWD or
GST department in this regard.
5. Letter of transmittal.
6. Certificate of Financial Turnover from CA in Form-A.
7. Banker certificate from a commercial bank in Form-B1 or Networth Certificate from Certified
Chartered Accountant in Form-B2.
8. List of eligible similar nature of works in Form-C & Form-C1.
9. Certificate in support of having successfully completed one work with technology proposed to be used
in the work in Form-C2.
10. Performance report of works (mentioned in Form-C & Form-C1) in Form-D
11. Performance report of works (mentioned in Form-C2) in Form-D2.
12. Structure and Organization of bidder in Form-E.
13. Declaration about site inspection in Form-F.
14. Affidavit regarding similar work has not been got executed on back-to-back basis in Form-G.
15. Affidavit for non-blacklisting in Form-H.
16. Bidding Capacity in Form-I.
17. Integrity Pact and declaration signed by the bidder in the presence of witnesses.

Executive Engineer & Senior Manager (C)-I,


Uttarakhand Project,
CPWD, Rishikesh

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-18
Guidelines/Procedure to be followed in introduction of e-procurement Solution

1. Payment of cost of Tender documents: The collection of cost of Tender documents is dispensed away
with, as there is no physical supply of tender documents and also to have absolute anonymity of the
bidders participating in e- procurement solution. The bidders can view / download the tender
documents, from the https://etender.cpwd.gov.in
2. Submission of Bids: The bidders who are desirous of participating in ‘e’ procurement shall submit
their price bids in the standard formats prescribed in the Tender documents, displayed at
https://etender.cpwd.gov.in. The bidder should upload the scanned copies of all the relevant certificates,
documents etc., on the https://etender.cpwd.gov.in in support of their price bids. The bidder shall
sign on all the statements, documents, certificates, uploaded by him, owning responsibility for their
correctness/authenticity.
3. Processing of Tenders: The concerned officer/officers will evaluate and process the tenders as done
in the conventional tenders and will communicates the decision to the bidder online.
4. Price Bid opening: The Price bid will be opened online by the concerned officer/Officers at the
specified date and time and the result will be displayed on the website https://etender.cpwd.gov.in
which can be seen by all the bidders who participated in the tender.
5. Payment of performance Guarantee: The bidder shall submit irrevocable performance guarantee of
3% (Three percent) of the tendered amount in addition to other deposits mentioned elsewhere in the
contract for his proper performance of the contract. This guarantee shall be in the form of Insurance
Surety Bond, Account Payee Demand Draft, Fixed Deposit Receipt, Bank Guarantee from any of
the Commercial Bank in favour of The Executive Engineer, Dehradun Central Division-II,
CPWD, Dehradun.
6. Participation of Bidders at the time of opening of bids: Bidders have two options to participate in
tendering process at the time of opening of Bids:
6.1. Bidders can come at the place of opening of bids (electronically) as done in the conventional
tender process.
6.2. Bidders can visualize processing online.
7. Signing of agreement: After the award of the contract, an agreement will be signed as done in
Conventional Tenders.

Executive Engineer & SM (C)-I


Uttarakhand Projects
CPWD, Rishikesh

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-19
CPWD-6 For E-Tendering

2. The Executive Engineer & Senior Manager (C)-I, Uttarakhand Project, Central Public Works
Department, Rishikesh (Mobile: 9458120296, Email id-eercd.rhk@gmail.com) on behalf of the
President of India invites online bids on EPC Contract basis from CPWD enlisted contractors of
appropriate class in Buildings & Roads (erstwhile composite/ building/ infrastructure) category and
firms/ contractors of repute satisfying the set eligibility criteria, in two bid systems (Technical and
Financial):

3. Design and Construction of Satellite Centre comprising of earthquake resistant 280 bedded
multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1 block), Nurses Hostel
(48 Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House, Mortuary,
MGPS, Laundry, STP & Pump Room, Shopping Complex, Sarai and Chiller plant Buildings
including all internal & external, civil, electrical & mechanical services, all external civil & E&M
development works, horticulture works and supply & installation of medical, office and
residential furniture for AIIMS Rishikesh at Udham Singh Nagar, Uttarakhand in EPC mode.

4. The enlistment of the contractors should be valid on the last date of submission of bids. In case the last
date of submission of bid is extended, the enlistment of contractor should be valid on the original date
of submission of bids.

4.1. The work is estimated to cost Rs. 3,19,10,30,024/- This estimate, however, is given merely as
a rough guide.

4.2. Intending bidders is eligible to submit the bid provided he has definite proof from the
appropriate authority, which shall be to the satisfaction of the competent authority, of having
satisfactorily completed similar works of magnitude specified below:

Criteria of eligibility for submission of bid documents.

a. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures/
Consortium and special purpose vehicles are not accepted.

(i) Three similar completed works of each of value not less than Rs. 127.64 Crore.
OR
Two similar completed works each of value not less than Rs. 191.47 Crore
OR
One similar completed work of value not less than Rs. 255.29 Crore..
AND

Should have satisfactorily completed one building work with composite steel structure of
minimum 1238 MT by weight of Structural steel (excluding the weight of Deck sheet,
nuts, bolts, and TMT Reinforcement) under one agreement in EPC Mode in last 7 (seven)
years ending last date of the month previous to the one in which tender are invited. This

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-20
work may be a part of the above given eligible works at 1(a) (i) above or as a separate
work.
Note:
1. One Hospital building of specified number of storeys mentioned in definition of similar
work, in each work of the financial magnitude, as specified in (i) above shall satisfy the
criteria of similar work.
2. The work of composite steel structure only is required in EPC mode.
Similar work shall mean:
“Work consisting of Construction of minimum five storied RCC/prefabricated allopathic
Hospital Building including at least three specialized Electrical and mechanical services out
of 1: Heat Ventilation and Air Conditioning (HVAC), 2: Firefighting and Fire Alarm System,
3: Substation, 4: DG Sets, 5: Building Management system & 6: UPS system and at least two
Hospital services out of 1: Modular Operation Theatre, 2: Medical Gas pipe line system, 3:
CSSD, 4: Nurse call system, 5: Automated waste and Laundry system, 6: Pneumatic tube
Transport system (or completing balance construction work of RCC/prefabricated allopathic
Hospital Building including structure work at least up to Five storey including and at least
three specialized electrical and mechanical services out of 1: Heat ventilation and Air
conditioning (HVAC), 2: Firefighting and Fire alarm system, 3: Substation, 4: DG Sets, 5:
Building Management system & 6: UPS system and at least two Hospital services out of 1:
Modular Operation Theatre, 2: Medical Gas pipe line system, 3: CSSD, 4: Nurse call system,
5: Automated waste and Laundry system, 6: Pneumatic tube Transport system) under one
agreement in India.”
Note:
1. Each basement, stilt constructed in the building will be considered as a storey.
2. Mumty and Machine Room will not be counted as storey/height for this purpose.
3. Standalone work of construction of road including recarpeting, Road maintenance,
bridges power plants, fly over, sheds, metro station, elevated road or rail corridor,
road over bridge, approach of bridges or fly over, culvers, subway, underpass
basement, tunnel, runway, skyway, river training works, other cross drawings work
shall not be considered as building works.
Specialized E&M services etc., if executed under a separate contract may also be considered for
the purpose of assessing the technical competence only without adding its monetary value for
determining the eligibility criteria. The E&M Services under separate agreement submitted for
prequalification must be either 3 works each of value not less than 40% value or 2 works each
of value not less than 60% value or One work of value not less than 80% value of respective
E&M service. For value of Specialised E&M services, reference may be made of the table at
Page No. 28-29 of this NIT Document.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-21
The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to
previous day of last day of submission of bids.
Bidders are required to submit TDS Certificates in Form 16-A, in case the similar works are
executed for a private body, which shall form basis for establishing the completion cost of
similar work executed by the bidder.
All the eligible similar works executed with enhancement and submitted by the bidders and
ongoing works as well as for the works with estimated cost put to tender more than 40% of
estimated cost put to tender may be got inspected by CPWD official as decided by NIT
approving authority. The marks for the quality shall be given based on this inspection, if
inspection is carried out.
Qualified similar works may be physically inspected by CPWD Engineers to ascertain the
completion, performance and quality of works for finalizing technical bids.
(ii) One completed work costing not less than Rs. 14.56 Crores executed with the structural
system technology as proposed by the bidders and mentioned in the letter of transmittal
for works other than Hospital building as mentioned in this NIT. This work can be part
of eligible work at 1(a)(i) above or as a separate work. The value of executed work shall
be brought to the current level by enhancing the actual value of work at simple rate of
7% per annum, calculated from the date of completion to previous date of last date of
submission of tenders. (Applicable for CPWD enlisted contractor of appropriate class
also).

The bidder shall satisfy the following financial eligibility criteria.


5. The bidder should have had average annual financial turn over (gross)
of Rs. 95.73 Crore on construction works during the last three Consecutive years ending 31st March,
2022 (Scanned copy of certificate from CA with Unique Documents Identification Number (UDIN) to
be uploaded). The value of annual turnover figures shall be brought to the current value by enhancing
the actual turnover figure at simple rate of 7% per annum.

6. Should not have incurred any loss (profit after tax should be positive) in more than two years during
available last five consecutive balance sheets, duly certified and audited by the Chartered Accountant
for years ending 31st March 2022. (The balance sheet in case of Pvt./public ltd. Company means its
standalone financial statement and consolidated financial statement both).

7. Should have a bankers certificate from a commercial bank for Rs 127.64 crore in Form-B1 (Scanned
copy of original to be uploaded) or Networth Certificate of minimum Rs. 31.91 Crore issued by
Certified Chartered Accountant in Form B-2 to be uploaded.

8. The bidding capacity of the contractor should be equal to or more than the estimated cost of the work
put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B}


Where,

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-22
A= Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of
completed works shall be brought to current costing level by enhancing at a simple rate
of 7% per annum.
N= Number of years prescribed for completion of work for which bids has been invited.
B= Value of existing commitments and ongoing works to be completed during the period
of completion of work for which bids have been invited.
9. Agreement shall be drawn with the successful bidder on prescribed Form No. CPWD-7 including
Standard General Condition of Contract Form as amended up to the last date of submission of bid,
which is available as a Govt. of India Publication, and available on the website www.cpwd.gov.in.
Bidders shall quote his rates as per various terms and conditions of the said form which will form part
of the agreement.

10. The time allowed for carrying out the work will be 22 Months from the date of start as defined in
schedule ‘F’ or from the first date of handing over of the site, whichever is later, in accordance with the
phasing, if any, indicated in the bid documents. Time period of 22 months has been considered
keeping in view the remoteness of site, inclement weather, less availability of materials and labour
at site. No hinderance on account of the above factors shall be allowed.

11. The site for the work is available. The indicative architectural plans are attached with this bid document.

12. The bid document consisting of plans, specifications, schedule of quantities of items to be executed and
the set of terms & conditions of the contract to be complied with and other necessary documents except
standard general conditions of contract form can be seen free of cost from website
https://etender.cpwd.gov.in.

13. General Conditions of Contract 2022 (GCC-2022) for EPC projects is available. This along with the
upto date correction slips may be viewed & downloaded from www.cpwd.gov.in free of cost.

14. After submission of the bid, the bidder can re-submit revised bid any number of times but before last
time and date of submission of bid as notified.

15. While submitting the revised bid, bidder can revise the quoted rates of one or more items any number
of times but before last time and date of submission of bid as notified.

16. Earnest Money in the form of Insurance Surety Bonds, Account Payee Demand Draft, Fix Deposit
receipt, Banker’s cheque or Bank Guarantee (for balance amount as prescribed) from any of the
commercial banks (drawn in favour of Executive Engineer, Dehradun Central Division-II, CPWD
Dehradun) shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. The original EMD should be deposited either in the office of Executive Engineer inviting
bids or division office of any Executive Engineer, CPWD within the period of bid submission. The
EMD receiving Executive Engineer (including NIT issuing EE/AE) shall issue a receipt of deposition
of earnest money deposit to the bidder in a prescribed format (enclosed) uploaded by tender inviting
EE in the NIT.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-23
17. A part of earnest money is acceptable in the form of bank guarantee also. In such case, minimum 50%
of earnest money or Rs. 20 lac, whichever is less, shall have to be deposited in shape prescribed above,
and balance may be deposited in shape of Bank Guarantee of any commercial bank having validity for
six months or more from the last date of receipt of bids which is to be scanned and uploaded by the
intending bidders.

18. The earnest money given by all the tenderers except the lowest tenderers shall be refunded immediately
after the expiry of stipulated bid validity period or immediately after acceptance of the successful
bidder, whichever is earlier. However, earnest money deposit, to the bidders unsuccessful during
technical bid evaluation etc., should be returned within 30 days of declaration of technical bid of
evaluation.

19. Copy of Enlistment Order and certificate of work experience and other documents as specified in the
press notice shall be scanned and uploaded to the e-Tendering website within the period of bid
submission. However, certified copy of all the scanned and uploaded documents as specified in press
notice shall have to be submitted by the lowest bidder only along with physical copy receipt of EMD
and the scanned copy of EMD uploaded, within a week physically in the office of tender opening
authority. Online bid documents submitted by intending bidders shall be opened only of those bidders,
whose original EMD deposited with any division of CPWD and other documents scanned and uploaded
are found in order.

20. Online bid documents submitted by intending bidders shall be opened only of those bidders, whose
documents scanned and uploaded are found in order.

21. The bid submitted shall become invalid and e-bid processing fee shall not be refunded if

21.1. The bidder is found ineligible.

21.2. The bidder does not upload all the documents (including GST registration) as stipulated in the
bid document.

21.3. If any discrepancy is noticed between the documents as uploaded at the time of submission of
bid and hard copies as submitted physically by the lowest bidder in the office of bid opening
authority.

21.4. If a tenderer quotes nil rates against each item in percentage rate/ item rate tender, the tender
shall be treated as invalid and will not be considered as lowest tenderer.

22. The bidder whose bid is finally accepted will be required to furnish performance guarantee of
3% (Three Percent) of the bid amount as mentioned in Schedule-E within the period specified in
schedule-F. This guarantee shall be in the form of Insurance Surety Bonds, Account Payee
Demand Draft, Fixed deposit receipt or Bank Guarantee from any of the commercial banks in
accordance with the prescribed form. In case the contractor fails to deposit the said performance
guarantee within the period as indicated in Schedule ‘F’, including the extended period if any, the
earnest money deposited by the contractor shall be forfeited automatically without any notice to the
contractor. The earnest money deposited along with the bid shall be returned after receiving the
aforesaid performance guarantee. The agency whose bid is accepted will also be required to

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-24
furnish either copy of applicable licenses/registrations or proof of applying for obtaining
labour licenses/ registrations with GST, EPFO, ESIC, and BOCW Welfare Board including
Provident Fund Code No. if applicable and also ensure the compliance of aforesaid provisions
by the sub agency, if any, engaged by the contractor for the said work, Program chart (Time
& Progress) within the period specified in Schedule-F.

23. The description of the work is as follows: Intending bidders are advised to inspect and examine the
site and its surroundings and satisfy themselves before submitting their bids as to the nature of the
ground and sub-soil (so far as is practicable), the form and nature of the site, the means of access to the
site, the accommodation they may require and in general shall themselves obtain all necessary
information as to risks, contingencies and other circumstances which may influence or affect their bid.
A bidder shall be deemed to have full knowledge of the site whether he inspects it or not and no extra
claims / payments consequent on any misunderstanding or otherwise shall be allowed. The bidders shall
be responsible for arranging and maintaining at his own cost all materials, tools & plants, water,
electricity, access, facilities for workers and all other services required for executing the work unless
otherwise specifically provided for in the contract documents. Submission of bid implies that he has
read this notice and all other contract documents and has made himself aware of the scope and
specifications of the work to be done and local conditions and other factors having a bearing on cost
and on the execution of the work.

24. The competent authority on behalf of the President of India does not bind itself to accept the lowest or
any other bid and reserves to itself the authority to reject any or all the bids received without assigning
any reason. Bids in which any of the prescribed conditions is not fulfilled or any condition including
that of conditional rebate put forth by the bidders shall be summarily rejected.

25. Canvassing whether directly or indirectly, in connection with bids is strictly prohibited and the bids
submitted by the bidders who resort to canvassing will be liable to rejection.

26. The competent authority on behalf of President of India reserves to himself the right of accepting the
whole or any part of the bid and the bidders shall be bound to perform the same at the rate quoted.

27. The bidder shall not be permitted to bid for works in the CPWD Circle (Division in case of Bidders of
Horticulture / Nursery category) responsible for award and execution of contracts, in which his near
relative is posted as Divisional Accountant or as an officer in any capacity between the grades of
Superintending Engineer and Junior Engineer (both inclusive). He shall also intimate the names of
persons who are working with him in any capacity or are subsequently employed by him and who are
near relatives to any gazetted officer in the Central Public Works Department or in the Ministry of
Housing and Urban Affairs. Any breach of this condition by the bidder would render him liable to be
removed from the approved list of contractors of this Department, in case of CPWD registered Bidders
and this breach by other Bidders i.e. non CPWD registered shall be treated as concealing of information
and appropriate action will be taken for blacklisting such contractors.

28. No Engineer of gazetted rank or other Gazetted Officer employed in Engineering or Administrative
duties in an Engineering Department of the Government of India is allowed to work as a Bidder for a
period of one year after his retirement from Government service, without the prior permission of the
Government of India in writing. This contract is liable to be cancelled if either the Bidder or any of his

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-25
employees is found any time to be such a person who has not obtained the permission of the
Government of India as aforesaid before submission of the bid or engagement in the Bidder’s service.

29. The bid for the works shall remain open for acceptance for a period of Seventy five (75) days from the
date of opening of Technical bid (eligibility bid). Further:

29.1. If any bidder withdraws his bid before the said period or issue of letter of acceptance, whichever
is earlier, or makes any modifications in the terms and conditions of the bid which are not
acceptable to the department, then the Government shall, without prejudice to any other right
or remedy, be at liberty to forfeit 50% of the said earnest money as aforesaid. Further the
bidders shall not be allowed to participate in the rebidding process of the work.

29.2. If any bidder withdraws his bid after the said period or issue of letter of acceptance or makes
any modifications in the terms and conditions of the bid which are not acceptable to the
department, then the Government shall, without prejudice to any other right or remedy, be at
liberty to forfeit the said earnest money as aforesaid. Further the bidders shall not be allowed
to participate in the rebidding process of the work.

30. This notice inviting bid shall form a part of the contract document. The successful bidder /bidder, on
acceptance of his bid by the Accepting Authority shall within 15 days from the letter of acceptance,
sign the agreement consisting of:

30.1. The Notice Inviting Bid, all the documents including special conditions, additional conditions,
particular specifications and drawings, if any, forming part of the bid as uploaded at the time
of invitation of bid and the rates quoted online at the time of submission of bid and acceptance
thereof together with any correspondence leading thereto.

30.2. Standard C.P.W.D. Form-7 (GCC 2022for EPC Works) modified up to last date of submission
of Bid.

31. The intending bidders are required to update their profile in CPWD e-tender portal and to upload their
bids well in advance of last date of submission of tender. Any issue related to updating profile/
uploading tender can be resolved through the concerned Executive Engineer/ Assistant Engineer
(Phone no- 9458120296 & e-mail id-eercd.rhk@gmail.com) or ERP help cpwd.support@
techmahindra.com. The e-tendering bidders are also advised not to wait to raise any issues till the last
date of submission of bid their own interest.

32. GST, Workers Cess or any other tax on material /work as applicable shall be paid by the agency himself.
The agency shall quote his rates considering all such taxes.

33. The date of opening of Financial Bid shall be informed through email and office order by The Executive
Engineer & Senior Manager(C)-I, Uttarakhand Project, Central Public Works Department, Rishikesh.

For Composite Tenders (As applicable in Present Bid)

34. The Engineer-in-Charge of the major competent will call bids for the composite work. The cost of bid
document and Earnest Money will be fixed with respect to the combined estimated cost put to tender
for the composite bid.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-26
35. The bid documents will include following components:

Part-I: GENERAL INFORMATION – Check list for contractors for submission of bids,
Information & Instructions for contractors for e-Tendering, List of documents to be field by
the bidders, Guidelines / procedures to be followed, CPWD-6 for e-Tendering.

Part-II: ELIGIBILITY BID - Brief particulars of the work, Information & Instructions for Bidders,
Information Regarding Eligibility (Form A-H, BG for EMD/PG and Integrity Pact etc.)
Part III: FINANCIAL BID – CPWD-7 EPC percentage rate tender form, Schedule A to F, General
Condition of Contract-2022 (EPC Projects), Conditions for Associate Agency for
Specialized Works and E&M Works and following Sections:
Part-A: User requirement, Scope of Work & Technical Specification.
Part-B: Detailed Scope & Particular Specifications for Civil Works (Major Component)
Part-C: Scope of Work, Conditions and Specifications for E&M Works (Minor
Component)
Part-D: Scope of Work, Conditions and Specifications for Horticulture Works (Minor
Component)
Part-E: Schedule of Stage Payment,
Part-F: Financial Quote
36. The bidders must associate himself, with agencies of the appropriate class eligible to bid for each of
the minor component individually as per details given in respective minor component. The eligible
bidders shall quote rates for all items of major component as well as for all items of minor components
of work.

37. The eligible bidders shall quote rates for all items of major component as well as for all items of minor
components of work.

38. After acceptance of the bid by competent authority, the Executive Engineer in charge of major
component of the work shall issue letter of award on behalf of the President of India. After the work is
awarded, the main contractor will have to enter into one agreement with Executive Engineer in charge
of major component and has also to sign two or more copies of agreement depending upon number of
EE’s/DDH in charge of minor components. One such signed set of agreement shall be handed over to
EE/DDH in - charge of minor component. EE of major component will operate Part-A, Part-B and Part-
E of the agreement. EE/DDH in- charge of minor component(s) shall operate Part C/ D respectively
along with Part-A & Part-E of the agreement.

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

40. Security Deposit will be deducted separately for each component corresponding to the respective
component of works.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-27
Sl. No. Components of Specialized Works Estimated Eligibility
cost Rs. lakh

E & M Works:
Sub-Works C-1, Internal Electrical Installation & Fans, 2505 Lakhs The main Contractor
C-12 & C-16 Street lighting, Bollard Lighting, may execute the work
Lighting, UPS & Signages, Pumps etc. if he is eligible and
willing (or) has to
associate with
appropriate Class of
registered Composite
category contractor in
CPWD having valid
electrical license for
execution of this sub
head of work.
Sub-Works C-2 Sub Station Equipments 541 Lakhs As per Note-1 below
Sub-Works C-3 DG Sets 430 Lakhs As per Note-1 below
Sub-Works C-4 Fire Fighting System & Fire 482 Lakhs As per Note-1 below
Extinguishers
Sub-Works C-5 Hydro Pneumatic Pumps & water 78 Lakhs As per Note-1 below
treatment plant
Sub-Works C-6 Automatic Fire Alarm System 245 Lakhs As per Note-1 below
Sub-Works C-7 HVAC System, 1410 Lakhs As per Note-1 below
Sub-Works C-7 IBMS 80 Lakhs As per Note-1 below
Sub-Works C-8 VRV/VRF Type Air Conditioning 50 Lakhs As per Note-1 below
System
Sub-Works C-9 LIFT 502 Lakhs As per Note-1 below
Sub-Works C-10 Audio-Visual Conferencing System 84 Lakhs As per Note-1 below
Sub-Works C-11 Sewerage treatment plant/ETP Plant 292 Lakhs As per Note-1 below
Sub-Works C-13 CCTV & Allied Equipments 48 Lakhs As per Note-1 below
Sub-Works C-14 Laundry Equipments 125 Lakhs As per Note-1 below
Sub-Works C-15 Kitchen Equipments 115 Lakhs As per Note-1 below
Sub-Works C-17 Boom Barrier 15.00 Lakhs As per Note-1 below
Sub-Works C-18 Medical Gas Pipeline System 202 Lakhs As per Note-1 below
Sub-Works C-19 Modular OT 1504 Lakhs As per Note-1 below
Sub-Works C-20 CSSD Equipments 275 Lakhs As per Note-1 below
Sub-Works C-21 TSSU Equipments 55 Lakhs As per Note-1 below
Sub-Works C-22 Nursing Call System 72 Lakhs As per Note-1 below
Sub-Works C-23 Pneumatic Tube System (PTS) 586 Lakhs As per Note-1 below
Sub-Works C-24 Automatic Laundry & Waste 715 Lakhs As per Note-1 below
Management System

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-28
Sub-Works C-25 IV Tree & Curtain Track System 50 Lakhs As per Note-1 below
Sub-Works C-26 LAN System & IP Based EPABX 260 Lakhs As per Note-1 below
System
Sub-Works C-27 Solar Photo Voltaic Power Generation 73 Lakhs As per Note-1 below
System (Solar PV System)

Note-1: A separate MoU has to be signed for each specialized component / subhead with either OEM
(authorized channel partner) or specialized agencies having credential of execution of three works
each of 40% value or two work each of 60% value or one work of 80% value of corresponding
specialized component subhead in last 07 year. MoU should be submitted as per table of milestone.

41. The main firm should either himself meet the eligibility conditions for the respective E&M packages/
minor components or otherwise he will have to associate agencies meeting the eligibility requirements
as mentioned below after award of the work & within the time prescribed in the NIT document. They
will have to submit willingness certificate for each of the component of the Electrical & Mechanical
work for Associate agencies by clearly indicating the applicable component of the work.

41.1. The firm should have successfully completed similar works during the last 7 years ending last
date of the month previous to the one in which tender are invited for each sub heads:

41.2. The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum, calculated from the date of completion to
previous day of last day of submission of bids.

41.3. If the main contractor fails to associate agency/agencies for execution of specialized/minor
components of work within prescribed time or furnishes incomplete details or furnishes details
of negligible agencies even after the tenderer is given due opportunity, the entire scope of such
component of works shall be withdrawn from the tender and the same shall be got executed by
the Engineer-in-charge at the risk and cost of the main contractor.

41.4. In case the main contractor intends to change any of the above agency/ agencies during the
operation of the contract, he shall obtain prior approval of respective Engineer-in-charge/ DDH
of the specialized/minor component of the agreement. The new agency/ agencies shall also
have to satisfy the laid down eligibility criteria. In case Engineer-in-charge of respective
discipline is not satisfied with the performance of any agency, he can direct the contractor to
change the agency executing such items of work and this shall be binding on the contractor.

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

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-29
42. Running payment for the major component shall be made by EE of major discipline to the main
contractor. Running payment for specialized/minor components shall be made by the Engineer-in-
charge of the discipline of specialized/minor component directly to the main contractor.

43. In case main contractor fails to make the payment to the contractor associated by him within 15 days
of receipt of each running account payment then on the written complaint of contractor associated for
such specialized/minor component, EE/DDH in charge of specialized/minor component shall serve the
show cause to main contractor and after considering the reply of the same he may make the payment
directly to the contractor associated for specialized/minor component as per the terms & conditions of
the agreement drawn between main contractor and associate contractor fixed by him, if reply of main
contractor either not received or found unsatisfactory. Such payment made to the associate contractor
shall be recovered by EE of major or specialized/minor component from the next RA/final bill due to
main contractor as the case may be.

43.1. The composite work shall be treated as complete when all the components of the work are
complete. The completion certificate of the composite work shall be recorded by Engineer-in-
charge of major component after record of completion certificate of all other components.

43.2. Final bill of whole work shall be finalized and paid by the EE of the major component.
Engineer(s) in charge of minor component(s) will prepare and pass the final bill for their
component of work and pass on the same to the EE of major component for including in the
final bill for composite contract.

43.3. It will be obligatory on the part of the tenderer to sign the tender documents for all components
before the first payment is released.

44. The responsibility of investigations, designing, planning, procurement, construction, safety, quality and
risk of engineering lies with the EPC contractor.

Executive Engineer & Senior Manager (C)-I


Uttarakhand Projects

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-30
PART-II

ELIGIBILITY BID

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-31
SECTION-I: BRIEF PARTICULARS OF THE WORK

1. Salient details of the work for which bids are invited are as under:

Name of Work Design and Construction of Satellite Centre comprising of earthquake resistant 280
bedded multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1
block), Nurses Hostel (48 Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block),
Sub-Station, Pump House, Mortuary, MGPS, Laundry, STP & Pump Room,
Shopping Complex, Sarai and Chiller plant Buildings including all internal &
external, civil, electrical & mechanical services, all external civil & E&M
development works, horticulture works and supply & installation of medical, office
and residential furniture for AIIMS Rishikesh at Udham Singh Nagar,
Uttarakhand in EPC mode.
Estimated Cost Rs 3,19,10,30,024/-
Civil+ Furniture: Rs. 2,07,60,97,212/-
Electrical: Rs. 1,10,43,43,772/-
Horticulture: Rs. 1,05,89,040/-
Period of completion 22 months
(4 months for Planning, design and obtaining Approval
+ 18 months for execution and completion of work)

2. The work is situated at Kiccha, Udham Singh Nagar, Uttarakhand.

3. General features and major components of the work are as under:

3.1. Construction of 280 bedded multispecialty Hospital (Ground + 5 Floors) earthquake resistant
prefabricated composite steel frame structure with RCC foundation.

3.2. Construction of SR Hostel (40 Suites, G+5, 1 block) with earthquake resistant structure as per
choice of structural system technology.

3.3. Construction of Nurses Hostel (48 Nos, G+3, 1 block) with earthquake resistant structure as
per choice of structural system technology.

3.4. Construction of Type-4 (12 Nos, G+5, 1 block) with earthquake resistant structure as per choice
of structural system technology.

3.5. Construction of Sub-Station Building with earthquake resistant structure as per choice of
structural system technology.

3.6. Construction of Pump House Building with earthquake resistant structure as per choice of
structural system technology.

3.7. Construction of Mortuary Building with earthquake resistant structure as per choice of
structural system technology.

3.8. Construction of MGPS Building with earthquake resistant structure as per choice of structural
system technology.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-32
3.9. Construction of Laundry Building with earthquake resistant structure as per choice of structural
system technology.

3.10. Construction of STP & Pump room with earthquake resistant structure as per choice of
structural system technology.

3.11. Construction of Shopping Complex Building with earthquake resistant structure as per choice
of structural system technology.

3.12. Construction of Sarai Building with earthquake resistant structure as per choice of structural
system technology.

3.13. Construction of Chiller Plant with earthquake resistant structure as per choice of structural
system technology.

3.14. Construction of Other Misc. Buildings with earthquake resistant structure as per choice of
structural system technology.

4. The scope of work includes Survey, Soil Investigation, preparation of Architectural design & drawings,
Structural design & drawings, design & drawings of required Services, obtaining mandatory approvals
from local bodies/ authorities required for commencing the work, execution of work & services and
handing over the building/services after making them habitable in all aspects. The work is to be
executed on ENGINEERING, PROCUREMENT AND CONSTRUCTION (EPC) basis.

5. The scope is inclusive of topographic survey, subsoil investigation and all ancillary works.

6. The cost of labour, material, tools and plants and machinery required for execution of the whole project
as per Layout plan & detailed design and drawings to be approved, specifications etc. is within the
scope of this work.

7. The execution will be done on the basis of drawings and schedule to be prepared by the consultant as
appointed by the agency. The drawings and schemes shall be got approved from CPWD. CPWD
Specifications, relevant IS codes, National Building Code 2016, Building By Laws and other National/
International Standards & Specifications will be followed in general except otherwise mentioned in the
bid document.

8. The scope of work includes all Internal & External water supply, Sanitary installation, internal &
external development works including roads and path, Drainage, Underground sumps, Overhead Tanks,
Internal & External sewerage, Bore wells, Storm water drains, filling of low lying area with earth,
Construction of main storm water drain for diverting water of existing Nallah in the South Pocket of
the proposed land, construction of boundary wall with security gates, horticulture works, supply &
installation of medical, office and residential furniture etc., & other misc. items.

9. The scope of work includes internal electrical installation, Lightning conductor, Fire alarm System,
Firefighting with wet riser & sprinkler system as per the provisions contained in NBC-2016 Norms,
Lifts, Street lights, ETP&STP, Audio visual system, Nurse calling system, UPS, EPABX, modular OT,
Medical gas pipe line, CSSD, TSSU, Pneumatic tube system, Automated Laundary & Waste
Management System, Curtain track system, IV Tree system, Kitchen Equipment, Laundry Equipment,

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-33
Solar water heating system, Solar power plant, Bulk electrical services, HVAC & VRF System,
Building Management System, Local Area Network, Mechanical Ventilation works, Public Addressing
system, outdoor & landscape lighting, IP based CCTV network for the Hospital building and outside
the area of entire campus, Boom Barriers, Illuminated Signage, Water supply pump sets, DG Set, LT
panel, Substation and cabling etc as per the details mentioned in Part-C of the NIT.

10. Detailed Scope & Particular Specifications of Works:

User Requirements, Scope of Work & Technical Specifications As per Part-A of this NIT

Detailed Scope & Particular Specifications of Civil Works As per Part-B of this NIT

Detailed Scope & Particular Specifications of E&M Works As per Part-C of this NIT

Detailed Scope & Particular Specifications of Horticulture Works As per Part-D of this NIT

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-34
SECTION-II: INFORMATION AND INSTRUCTIONS FOR BIDDERS

1. GENERAL:

1.1. Letter of transmittal and forms for deciding eligibility are given in Section-III.

1.2. All information called for in the enclosed forms should be furnished against the relevant
columns in the forms. If for any reason, information is furnished on a separate sheet, this fact
should be mentioned against the relevant column. Even if no information is to be provided in
a column, a “nil” or “no such case” entry should be made in that column. If any
particulars/query is not applicable in case of the bidder, it should be stated as “not applicable”.
The bidders are cautioned that not giving complete information called for in the application
forms or not giving it in clear terms or making any change in the prescribed forms or
deliberately suppressing the information may result in the bid being summarily disqualified.
Bids made by telegram or telex and those received late will not be entertained.

1.3. References, information, and certificates from the respective clients certifying suitability,
technical knowledge or capability of the bidder should be signed by an officer not below the
rank of Executive Engineer or equivalent.

1.4. The bidder may furnish any additional information which he thinks is necessary to establish
his capabilities to successfully complete the envisaged work. He is, however, advised not to
furnish superfluous information. No information shall be entertained after uploading of
eligibility criteria document unless it is called for by the Employer.

2. DEFINITIONS:

2.1. In this document the following words and expressions have the meaning hereby assigned to
them:

2.2. EMPLOYER: Means the President of India, acting through the Executive Engineer and
Senior Manger (C)-I, UKP, CPWD, Rishikesh.

2.3. User/Client/Owner: AIIMS, Rishikesh.

2.4. BIDDER/Agency/Contractor/Firm: Means the individual, proprietary firm, firm in partnership,


limited company (private or public) or corporation

2.5. “Year” means “Financial Year” unless stated otherwise.

2.6. “Competent Authority” means “Committee constituted of Representatives of CPWD and


Client”

3. METHOD OF APPLICATION:

3.1. If the bidder is an individual, the application shall be signed by him above his full type written
name and current address.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-35
3.2. If the bidder is a proprietary firm, the application shall be signed by the proprietor above his
full type written name and the full name of his firm with its current address.

3.3. If the bidder is a firm in partnership, the application shall be signed by all the partners of the
firm above their full type written names and current address, or, alternatively, by a partner
holding power of attorney for the firm. In the later case a certified copy of the power of attorney
should accompany the application. In both cases a certified copy of the partnership deed and
current address of all the partners of the firm should accompany the application.

3.4. If the bidder is a limited company or a corporation, the application shall be signed by a duly
authorized person holding power of attorney for signing the application accompanied by a copy
of the power of attorney. The bidder should also furnish a copy of the Memorandum of Articles
of Association duly attested by a Public Notary.

4. FINAL DECISION-MAKING AUTHORITY

The employer reserves the right to accept or reject any bid and to annul the process and reject all bids
at any time without assigning any reason or incurring any liability to the bidders.
5. PARTICULARS PROVISIONAL

The particulars of the work given in NIT are provisional. They are liable to change and must be
considered only as advance information to assist the bidders.
6. SITE VISIT

The bidder is advised to visit the site of work mandatory, at his own cost, and examine it and its
surroundings to collect all information that he considers necessary for proper assessment of the
prospective assignment.
7. INTIAL CRITERIA FOR ELIGIBILITY (TECHNICAL BID)

7.1. Contractors who fulfill the following requirements shall be eligible to apply. Joint ventures/
Consortium and special purpose vehicles are not accepted.

The bidder should have satisfactorily completed the works as mentioned below during the last 7
(seven) years ending last date of the month previous to the one in which tenders are invited. For
this purpose, cost of work shall mean gross value of the completed work including cost of material
supplied by the Government/client but excluding those supplied free of cost:
(i) Three similar completed works of each of value not less than Rs. 127.64 Crore.
OR
Two similar completed works each of value not less than Rs. 191.47 Crore.
OR
One similar completed work of value not less than Rs. 255.29 Crore.
AND

Should have satisfactorily completed one building work with composite steel structure of
minimum 1238 MT by weight of Structural steel (excluding the weight of Deck sheet,

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-36
nuts, bolts, and TMT Reinforcement) under one agreement in EPC Mode in last 7 (seven)
years ending last date of the month previous to the one in which tender are invited. This
work may be a part of the above given eligible works at 1(a) (i) above or as a separate
work.
Note:
1. One Hospital building of specified number of storeys mentioned in definition of similar
work, in each work of the financial magnitude, as specified in (i) above shall satisfy the
criteria of similar work.
2. The work of composite steel structure only is required in EPC mode.
Similar work shall mean:
“Work consisting of Construction of minimum five storied RCC/prefabricated allopathic
Hospital Building including at least three specialized Electrical and mechanical services out
of 1: Heat Ventilation and Air Conditioning (HVAC), 2: Firefighting and Fire Alarm System,
3: Substation, 4: DG Sets, 5: Building Management system & 6: UPS system and at least two
Hospital services out of 1: Modular Operation Theatre, 2: Medical Gas pipe line system, 3:
CSSD, 4: Nurse call system, 5: Automated waste and Laundry system, 6: Pneumatic tube
Transport system (or completing balance construction work of RCC/prefabricated allopathic
Hospital Building including structure work at least up to Five storey including and at least
three specialized electrical and mechanical services out of 1: Heat ventilation and Air
conditioning (HVAC), 2: Firefighting and Fire alarm system, 3: Substation, 4: DG Sets, 5:
Building Management system & 6: UPS system and at least two Hospital services out of 1:
Modular Operation Theatre, 2: Medical Gas pipe line system, 3: CSSD, 4: Nurse call system,
5: Automated waste and Laundry system, 6: Pneumatic tube Transport system) under one
agreement in India”.
Note:
1. Each basement, stilt constructed in the building will be considered as a storey.
2. Mumty and Machine Room will not be counted as storey/height for this purpose.
3. Standalone work of construction of road including recarpeting, Road maintenance,
bridges power plants, fly over, sheds, metro station, elevated road or rail corridor,
road over bridge, approach of bridges or fly over, culvers, subway, underpass
basement, tunnel, runway, skyway, river training works, other cross drawings work
shall not be considered as building works.
Specialized E&M services etc., if executed under a separate contract may also be considered for
the purpose of assessing the technical competence only without adding its monetary value for
determining the eligibility criteria. The E&M Services under separate agreement submitted for
prequalification must be either 3 works each of value not less than 40% value or 2 works each
of value not less than 60% value or One work of value not less than 80% value of respective
E&M service. For value of Specialised E&M services, reference may be made of the table at
Page No. 28-29 of this NIT Document.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-37
The value of executed works shall be brought to current costing level by enhancing the actual
value of work at simple rate of 7% per annum; calculated from the date of completion to
previous day of last day of submission of bids.
Bidders are required to submit TDS Certificates in Form 16-A, in case the similar works are
executed for a private body, which shall form basis for establishing the completion cost of
similar work executed by the bidder.
All the eligible similar works executed with enhancement and submitted by the bidders and
ongoing works as well as for the works with estimated cost put to tender more than 40% of
estimated cost put to tender may be got inspected by CPWD official as decided by NIT
approving authority. The marks for the quality shall be given based on this inspection, if
inspection is carried out.
Qualified similar works may be physically inspected by CPWD Engineers to ascertain the
completion, performance and quality of works for finalizing technical bids.
(ii) One completed work costing not less than Rs. 14.56 Crores executed with the structural
system technology as proposed by the bidders and mentioned in the letter of transmittal
for works other than Hospital building as mentioned in this NIT. This work can be part
of eligible work at 1(a)(i) above or as a separate work. The value of executed work shall
be brought to the current level by enhancing the actual value of work at simple rate of
7% per annum, calculated from the date of completion to previous date of last date of
submission of tenders. (Applicable for CPWD enlisted contractor of appropriate class
also).

The bidder shall satisfy the following financial eligibility criteria.


7.2. The bidder should have had average annual financial turn over (gross)
of Rs. 95.73 Crore on construction works during the last three Consecutive years ending 31st
March, 2022 (Scanned copy of certificate from CA with Unique Documents Identification
Number (UDIN) to be uploaded). The value of annual turnover figures shall be brought to the
current value by enhancing the actual turnover figure at simple rate of 7% per annum.

7.3. Should not have incurred any loss (profit after tax should be positive) in more than two years
during available last five consecutive balance sheets, duly certified and audited by the
Chartered Accountant for years ending 31st March 2022. (The balance sheet in case of
Pvt./public ltd. Company means its standalone financial statement and consolidated financial
statement both).

7.4. Should have a bankers certificate from a commercial bank for Rs 127.64 in Form-B1 (Scanned
copy of original to be uploaded) or Networth Certificate of minimum Rs. 31.91 Crore issued
by Certified Chartered Accountant in Form B2 to be uploaded.

7.5. The bidding capacity of the contractor should be equal to or more than the estimated cost of
the work put to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B}

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-38
Where,
A= Maximum turnover in construction works executed in any one year during the last seven
years taking into account the completed as well as works in progress. The value of
completed works shall be brought to current costing level by enhancing at a simple rate
of 7% per annum.
N= Number of years prescribed for completion of work for which bids has been invited.
B= Value of existing commitments and ongoing works to be completed during the period
of completion of work for which bids have been invited.
8. EVALUATION CRITERIA FOR TECHNICAL QUALIFCATION

8.1. The details submitted by the bidders will be evaluated in the following manner:

a. The initial criteria prescribed in para 7.0 above in respect of experience of eligible similar
works completed, loss, Banker’s Certificate, Networth, financial turnover and bidding capacity
etc. will first be scrutinized and the bidder’s eligibility for the work be determined.

b. The bidders qualifying the initial criteria as set out in para 7.0 above will be evaluated for
following criteria by scoring method on the basis of details furnished by them:

(a) Financial strength (Form-A, B1 & B2) Maximum 20 Marks


(b) Experience in eligible similar nature of work during Maximum 20 Marks
last Seven years (Forms-C & C2)
(c) Performance on work (Form-D & D2)- Time overrun Maximum 20 Marks
(d) Performance on work (Form-D1)- Quality Maximum 40 Marks
Total 100 Marks

To become eligible for short listing the bidder must secure at least fifty percent marks in each
(section a, b, c and d) and sixty percent marks in aggregate.

The department, however, reserves the right to restrict the list of such qualified contractors to
any number deemed suitable by it.

NOTE: The average value of performance of works for time overrun and quality shall
be taken on the basis of performance report of the eligible similar works.
9. FINANCIAL INFORMATION

The Bidder should furnish the Annual Financial Statement for the last seven years (in Form-A),
Bankers Certificate from a commercial bank (in Form-B1) or Networth Certificate (in Form-B2).
10. EXPERIENCE OF SIMILAR WORKS:

Bidder should furnish the following:

10.1. List of all works of similar nature successfully completed during the last seven years (in Form-
C) and the ongoing works (in Form-C1)

10.2. Performance reports (corresponding to work mentioned in (Form-C) in Form-D & Form-D1.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-39
10.3. Performance reports (corresponding to work mentioned in (Form-C1) in Form-D1.

10.4. Experience of Technology proposed to be used in the work (Form-C2) along with experience
certificate (in Form-D2).

10.5. Departmental Officer(s) may inspect the eligible works as submitted by the agency. The agency
shall coordinate such inspections and provide all necessary documents, information as desired
by the visiting officer(s).

11. ORGANISATION INFORMATION

Bidder is required to submit the information in respect of his organization (in Form-E)
12. LETTER OF TRANSMITTAL

The bidder should submit the letter of transmittal attached with the document
13. OPENING OF THE FINANCIAL BID

After evaluation of applications, a list of short listed agencies qualified in technical evaluation will be
prepared. Thereafter, the financial bids of only the qualified and technically acceptable bidders shall be
opened at the notified time, date and place in the presence of the qualified bidders or their
representatives. The validity of the tenders shall be 75 days and shall be reckoned from the date of
opening of the Technical Bid.
14. AWARD CRITERIA

14.1. The employer reserves the right, without being liable for any damages or obligation to inform
the bidder, to:

a. Amend the scope and value of contract to the bidder.

b. Reject any or all of the applications without assigning any reason.

i. Any effort on the part of the bidder or his agent to exercise influence or to pressurize the
employer would result in rejection of his bid. Canvassing of any kind is prohibited.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-40
PROFORMA-I:
Criteria for Evaluation of the performance of contractor for Pre- Eligibility

Attributes Evaluation
(a) Financial Strength (20 Marks)
(i) Average Annual 16 Marks (i) 60% marks for minimum eligibility criteria
Turnover 4 Marks (ii) 100% marks for twice the minimum eligibility
(ii) Banker’s certificate/ criteria or more.
Networth certificate In Between (i) & (ii) on pro-rata basis
(b) Experience in similar class (20 Marks) (i) 60% marks for minimum eligibility criteria
of work (ii) 100% marks for twice the minimum eligibility
criteria or more.
In Between (i) & (ii) on pro-rata basis
(c) Performance on works (time (20 Marks)
over run)
Parameter Calculation Score Maximum
for points Marks
If TOR = 1.00 2.00 3.00 >3.50
(i) Without levy of 20 15 10 10
compensation
(ii) With levy of 20 5 0 -5 20
compensation
(iii) Levy of 20 10 0 0
compensation not
decided
TOR = AT/ST, where AT =Actual Time; ST= Stipulated Time Time in the Agreement plus (+)
justified period of extension of time.
Note: Marks for value in between the stages indicated above is to be determined by straight
line variation basis.
(d) Performance of works (Quality) as per assessment in form D-1: 40 Marks (Maximum)
Completed works (max. Ongoing works (max.15 (Total marks assessed)
25 marks) marks)

Note: Bidder should furnish the List of eligible similar nature of works successfully completed
during the last seven years (in Form-C, C2) and ongoing works as well (in Form-C1).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-41
SECTION-III
INFORMATION REGARDING ELIGIBILITY

Letter Of Transmittal

From,
___________________
___________________
___________________
To,
The Executive Engineer & SM (C)-I
Uttarakhand Projects,
CPWD, Rishikesh

Subject: Design and Construction of Satellite Centre comprising of earthquake resistant 280 bedded
multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1 block), Nurses Hostel (48
Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House, Mortuary, MGPS,
Laundry, STP & Pump Room, Shopping Complex, Sarai and Chiller plant Buildings including all
internal & external, civil, electrical & mechanical services, all external civil & E&M development
works, horticulture works and supply & installation of medical, office and residential furniture for
AIIMS Rishikesh at Udham Singh Nagar, Uttarakhand in EPC mode.
Sir,

Having examined the details”, given in press notice and bid document for the above work, I/we hereby
submit the relevant information.

1. I/We hereby certify that all the statement made and information supplied in the enclosed Forms A to I
and accompanying statement are true and correct.

2. I/We have furnished all information and details necessary for eligibility and have no further pertinent
information to supply.

3. I/We submit the requisite certified Banker’s Certificate from Commercial Bank or Networth Certificate
from CA and authorize the Executive Engineer & SM (C)-I, Uttarakhand Projects, CPWD,
Rishikesh to approach the bank/ CA issuing the Banker’s certificate/ Networth certificate to confirm
the correctness thereof. I/We also authorize Executive Engineer & SM (C)-I, Uttarakhand Projects,
CPWD, Rishikesh to approach individuals, employers, firms and corporation to verify our competence
and general reputation.

4. I/We submit the following certificates in support of our suitability, technical knowledge and capability
for having successfully completed the following works:

Name of work Amount Certificate issued by

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-42
5. I/ We hereby certify that I/ We will use the following structural system technology in the work.

Structural system technology

6. I/ We submit the certificate in support of having successfully completed the following with the above
technology proposed to be used in the work.
Name of work Amount Certificate issued by Structural system technology

Certificate: It is certified that the information given in the enclosed eligibility bid are correct. It is
also certified that I/We shall be liable to be debarred, disqualified/ cancellation of
enlistment in case any information furnished by me/us found to be incorrect.

Enclosures:

Date of submission

Seal of bidder

Signature(s) of bidder(s)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-43
Form-A:
Financial Information

Financial Analysis-Details to be furnished as per figures in balance sheet/ profit & loss (standalone finance
statement and consolidated financial statement both) account for the last seven years duly certified by the
Chartered Accountant, as submitted by the applicant to the Income Tax Department.

Fig in Lakhs Rs
S.No Particulars Financial Years
2015- 2016- 2017- 2018- 2019- 2020- 2021-
16 17 18 19 20 21 22
Gross Annual
Turnover on
i
Construction
works
Profit / Loss
(Standalone
ii
financial
statement)

Financial arrangements for carrying out the proposed work.

Signature of Chartered Accountant with Seal


Signature of bidder (s)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-44
Form-B1:
Bankers' Certificate From A Commercial Bank

This is to certify that to the best of our knowledge and information that M/s./Sh ___________
______________________ having marginally noted address, as a Customer of our bank are/is respectable
and can be treated as good for any engagement upto a limit of
Rs___________________(Rupees________________________________________________________)

This certificate is issued without any guarantee or responsibility on the bank or any of the officers.

(Signature) For the Bank

NOTE:
1. Bankers Certificates should be on letter head of the Bank, addressed to tendering authority.

2. In case of Partnership firm, certificate should include names of all partners as recorded with the Bank.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-45
Form-B2:
Form of Certificate of Networth From Chartered Accountant

To,
The Executive Engineer & SM (C)-I
Uttarakhand Projects
CPWD, Rishikesh

“It is to certify that as per the audited balance sheet and profit & loss account during the financial
year__________________the Networth of M/s _______________________________________________
(Name & Registered address of the individual / firm / company), as on 31st March 2022 is
Rs._______________ after considering all liabilities. It is further certified that the Networth of the company
has not eroded by more than 30% in the last three year ending on 31st March 2022.

(Signature of the Chartered Accountant)


Name of the Chartered Accountant
Membership no of ICAI
Date & Seal

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-46
Form-C:
Details of Eligible Similar Nature of Works Completed During The Last Seven Years Ending Last
Date Of The Month Previous To The One In Which Tender Are Invited

Name of the Bidder: ___________________________________________

S.No. Details
1. Name of work/ project and location
2. Owner or sponsoring organization
3. Cost of work in crores of Rs.
4. Date of commencement as per contract
5. Stipulated date of completion
6. Actual date of completion
7. *Litigation/ arbitration cases pending/ in
progress with details
8. Details of officer to whom reference may be
made
a. Name & Address
b. Phone No.
c. Official Email Id
9. Whether the work was done on back-to- (Yes/ No)
back basis

* Indicates gross amount claimed and the amount awarded by the Arbitrator

Certified that the above list of works is complete and no work has been left out and that the
information given is correct to my / our knowledge and belief.

Signature of bidder(s)
With stamp

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-47
Form-C1:
Projects Under Execution

1 Name of work / Project and location


2 Owner or sponsoring organization
3 Cost of work in crores of rupees
4 Date of commencement as per contract
5 Stipulated date of completion
6 Upto date percentage progress
7 Slow progress
8 Details of officer to whom reference may be made
a. Name & Address
b. Phone No.
c. Official Email Id
9 Remarks

Signature of bidder(s)
With stamp

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-48
Form-C2:
Details Of One Work In Support Of Having Successfully Completed With The Structural System
Technology Proposed To Be Use In The Work

Name of the Bidder:______________________________________________

S.No. Details
1. Name of work / project and location
2. Owner or sponsoring organization
3. Cost of work in Rs. in Crores
4. Date of commencement as per contract
5. Stipulated date of completion
6. Actual date of completion
7. Type of structural system technology used
8. *Litigation/ arbitration cases pending
/ in progress with details
9. Details of officer to whom reference may
be made
a. Name & Address
b. Phone No.
c. Official Email Id
10. Whether the work was done on back-to-back (Yes/ No)
basis

* Indicates gross amount claimed and the amount awarded by the Arbitration Tribunal.

Certified that the above list of works is complete, and no work has been left out and that the
information given is correct to my / our knowledge and belief.

Signature of bidder(s)
With stamp

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-49
Form-D:
Performance Report of Works Referred To In Form-C & C1.

1. Name of work / Project & Location


2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. Date of Start
6. Date of completion
i) Stipulated Date of Completion (as
mentioned in work order)
ii) Actual Date of Completion
7. i) Whether case of levy of compensation for Decided/ not decided
delay has been decided.
ii) If decided, amount of compensation levied
for delayed completion, if any.
8. Performance Report
1) Quality of Work Outstanding /Very Good/Good/Poor
2) Financial Soundness Outstanding /Very Good/Good/Poor
3) Technical Proficiency Outstanding /Very Good/Good/Poor
4) Resourcefulness Outstanding /Very Good/Good/Poor
5) General Behaviour Outstanding /Very Good/Good/Poor

Email id: Executive Engineer


Telephone No.: Or
Dated: Equivalent with stamp

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-50
Form-D1:
Assessment of Quality For Completed As Well As Ongoing Works

Name of Work :

Agency :

Agreement No :

Date of Inspection :

Date of submission of report :

A. General Observation & Operational Aspects Yes/ No


1 Availability of approval from local bodies in case of Construction
of Private Buildings.
2 Availability of approved Structural drawings
3 Observation on seepage/ leakage in the building
4 Whether Line & level Maintained
5 In case of basement, observation on seepage, if any.
6 Any Structural defects / distress observed. If yes give details
7 Whether safety measures adopted at site as per CPWD Safety
Code and or govt. guidelines are adequate or not.
8 Whether the Welfare facilities provided to labour as per Clause
19 H of GCC for CPWD Works/and or govt. guidelines are adequate or
not.
9 Whether AHU getting automatically switched off and fire damps
closed in case of fire signal
10 Whether thimbles used for termination of wires in DBs, EBDs &
Panels?
B. Quality of Work Marks Assessed
1 Quality of plaster/ finishing / 10
2 Quality of RCC/ CC Work / 10
3 Quality of Flooring / 10
4 Quality of Wood Work / 10
5 Quality of Steel Work / Aluminium Work / 10
6 Quality of Plumbing and Sanitary Installation / 10
7 Quality of Workmanship / 10
8 Quality of Waterproofing / 10

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-51
9 If cladding done, observation on efficiency/ quality of cladding / 10
/Brick work
10 Quality of internal electrification work / 10
11 Quality of DBs, EBDs& Panels? / 10
12 Quality of E&M equipments, panels & feeder pillar. / 10
13 Quality of fire alarm system/ firefighting system / 10
14 Quality of Air Conditioning work. / 10
15 Quality of Sub-station based on complete live diagram, capacitor panel, / 10
power factor, insulating Mat, cleanliness, cable termination, earthing
pits, earthing of transformer / DG sets.
16 Any Other aspect (To be elaborated)

Average Marks (To be awarded out of 100 Marks based on average of marks assessed on each attribute
mentioned at B above).

Note:
1. All the above parameters may be considered for assessing the overall quality of work executed by the
contractor. Each attribute shall be assessed on maximum marks of 10 under B above.
2. In case, any attribute is not applicable, the same may not be included in assessment and mentioned as
not applicable (N/A).
3. The works as assessed above shall be converted on a scale of 25/15 marks for completed/ongoing works
respectively.
4. In case of eligible completed works being more than one, the average marks assigned for eligible
completed works shall be considered for marking purpose. Only one ongoing work to be assessed.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-52
Form-D2:
Performance Report of Works Referred To In Form-C2

Name of the Bidder: ___________________________________________________

1. Name of work / Project & Location


2. Agreement No.
3. Estimated Cost
4. Tendered Cost
5. Date of Start
6. Type of structural system technology used
7. Date of completion
i) Stipulated Date of Completion (as
mentioned in work order)
ii) Actual Date of Completion
8. i) Whether case of levy of compensation for Decided/ not decided
delay has been decided.
ii) If decided, amount of compensation levied
for delayed completion, if any.
9. Performance Report
1) Quality of Work Outstanding /Very Good/Good/Poor
2) Financial Soundness Outstanding /Very Good/Good/Poor
3) Technical Proficiency Outstanding /Very Good/Good/Poor
4) Resourcefulness Outstanding /Very Good/Good/Poor
5) General Behaviour Outstanding /Very Good/Good/Poor

Email id: Executive Engineer


Telephone No.: Or
Dated: Equivalent with stamp

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-53
Form-E:
Structure & Organization

1. Name & Address of the bidder


2. Telephone No. /
Email id /Telex No./Fax No.
3. Legal status of the bidder
(attach copies of original document
defining the legal status).
a) An Individual
b) A proprietary firm
c) A firm in partnership
d) A limited company or Corporation
4. Particulars of registration with various Government bodies (attach attested photo-copy).
Organization/Place Of Registration Registration No.

1.
2.
3.
5. Names and Titles of Directors & Officers with
designation to be concerned with this work.

6. Designation of individuals authorized to act for the


organization.
7. Has the bidder or any constituent partner in case of partnership
firm, ever abandoned the awarded work before its completion?
If so, give name of the project and reasons for abandonment.

8. Has the bidder, or any constituent partner in case of partnership


firm/ limited company/ joint venture, ever
been convicted by the court of law? If so, give details.
9. In which field of Civil Engineering Construction, the bidder has
specialization and interest?
10. Any other information considered necessary but not included
above.

Signature of bidder(s) with stamp

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-54
Form-F:
Declaration About Site Inspection

To,
The Executive Engineer & SM (C)-I
Uttarakhand Projects
CPWD, Rishikesh.

Submission of bids for the work of “Design and Construction of Satellite Centre comprising of
earthquake resistant 280 bedded multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites,
G+5, 1 block), Nurses Hostel (48 Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station,
Pump House, Mortuary, MGPS, Laundry, STP & Pump Room, Shopping Complex, Sarai and
Chiller plant Buildings including all internal & external, civil, electrical & mechanical services, all
external civil & E&M development works, horticulture works and supply & installation of medical,
office and residential furniture for AIIMS Rishikesh at Udham Singh Nagar, Uttarakhand in EPC
mode.”

Dear Sir,

It is hereby declared that as per CPWD–6 FOR e-BIDDING and as per terms and conditions of this tender
document, I/ We the bidder inspected and examined the subject site and its surrounding and satisfy myself
/ ourselves as to the nature of the ground and sub-soil (so far as is practicable), the forms and nature of the
site./ ourselves before submitting the bid, the accommodation which may require and all necessary
information as to risks, contingencies and other circumstances which may influence or affect our bid have
been obtained. I/We the bidder shall have full knowledge of the site and no extra charge consequent upon
any misunderstanding or otherwise shall be claimed in later date. I /We bidder shall be responsible for
arranging and maintaining at own cost all materials, tools & plants, water, electricity access, facilities for
workers and all other services required for executing the work unless otherwise specifically provided for in
the contract documents. Submission of a bid by me/us implies that I / We have read this notice and all other
contract documents and has made myself /ourselves aware of the scope and specifications of the work to
be done and local conditions and other factors having a bearing on the execution of the work.

Yours faithfully

(Duly authorized signatory of the bidder)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-55
Form-G:
Affidavit for Back-to-Back Basis

(Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-)

I/We undertake and confirm that eligible similar work(s) has/have not been got executed through another
contractor on back-to-back basis. Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred for bidding in CPWD in future forever. Also, if such a violation comes to the notice
of Department before date of start of work, the Engineer-in-Charge shall be free to forfeit the entire amount
of Earnest Money Deposit/Performance Guarantee.

(Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-56
Form-H:
Affidavit For Non-Black Listing

(Affidavit to be furnished on a ‘Non-Judicial’ stamp paper worth Rs.100/-)

I/we undertake and confirm that our firm/partnership firm has not been blacklisted by any state/Central
Departments/PSUs/Autonomous bodies during the last 7 years of its operations. Further that, if such
information comes to the notice of the department then I/we shall be debarred for bidding in CPWD in
future forever. Also, if such an information comes to the notice of department on any day before date of
start of work, the Engineer-in-charge shall be free to cancel the agreement and to forfeit the entire amount
of Earnest Money Deposit/Performance Guarantee.

(Scanned copy of this notarized affidavit to be uploaded at the time of submission of bid).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-57
Form-I:
Bidding Capacity

The bidding capacity of the contractor should be equal to or more than the estimated cost of the work put
to tender. The bidding capacity shall be worked out by the following formula:

Bidding Capacity = {[AxNx1.5]-B}

Where,

A= Maximum turnover in construction works executed in any one year during the last seven years
taking into account the completed as well as works in progress. The value of completed works shall
be brought to current costing level by enhancing at a simple rate of 7% per annum.

N= Number of years prescribed for completion of work for which bids has been invited.

B= Value of existing commitments and ongoing works to be completed during the period of completion
of work for which bids have been invited.

The contractor needs to submit the supporting documents for calculation of A & B as above. For calculation
of B, information is to be supplied in the following tabular format:
Remaining work in % (100-
Name of work / Project and

Name & address/ telephone


Date of commencement as

column 4 x column 8/ 100


Upto date % progress of

reference maybe made


no. of officer to whom
Existing commitment
Owner/ Sponsoring

Stipulated date of
Contract value

per Contract
organization

completion

column 7)

Remarks
location

(in Cr.)
Sl.No

work

1 2 3 4 5 6 7 8 9 10 11

Signature of bidder(s) with stamp

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-58
Declaration Of Signing Of Integrity Pact

To,
The Executive Engineer & SM (C)-I
Uttarakhand Projects,
CPWD, Rishikesh

Subject: Design and Construction of Satellite Centre comprising of earthquake resistant 280
bedded multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1 block),
Nurses Hostel (48 Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station,
Pump House, Mortuary, MGPS, Laundry, STP & Pump Room, Shopping Complex,
Sarai and Chiller plant Buildings including all internal & external, civil, electrical &
mechanical services, all external civil & E&M development works, horticulture works
and supply & installation of medical, office and residential furniture for AIIMS
Rishikesh at Udham Singh Nagar, Uttarakhand in EPC mode.

Dear Sir,
I/We acknowledge that CPWD is committed to follow the principles thereof as enumerated in the Integrity
Agreement enclosed with the tender/bid document.
I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the condition that I/We
will sign the enclosed integrity Agreement, which is an integral part of tender documents, failing which
I/We will stand disqualified from the tendering process. I/We acknowledge that THE MAKING OF THE
BID SHALL BE REGARDED AS AN UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this
condition of the NIT.
I/We confirm acceptance and compliance with the Integrity Agreement in letter and spirit and further agree
that execution of the said Integrity Agreement shall be separate and distinct from the main contract, which
will come into existence when tender/bid is finally accepted by CPWD. I/We acknowledge and accept the
duration of the Integrity Agreement, which shall be in the line with Article 1 of the enclosed Integrity
Agreement.
I/We acknowledge that in the event of my/our failure to sign and accept the Integrity Agreement, while
submitting the tender/bid, CPWD shall have unqualified, absolute and unfettered right to disqualify the
tenderer/bidder and reject the tender/bid is accordance with terms and conditions of the tender/bid.

Yours faithfully

(Duly authorized signatory of the Bidder)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-59
INTEGRITY PACT

To be signed by the bidder and same signatory competent /authorized to sign the relevant contract
on behalf of CPWD.

This Integrity Pact is made at _________________ on this __________ day of ___________2022

BETWEEN

President of India represented by The Executive Engineer & SM (C)-I, CPWD, Rishikesh, (Hereinafter
referred as the Principal which expression shall unless repugnant to the meaning or context hereof include
its successors and permitted assignees).
AND

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

(Name and Address of the Bidder)

(Hereinafter referred to as the Bidder/Contractor and which expression shall unless repugnant to the
meaning or context hereof include its successors and permitted assignees)

Preamble

WHEREAS the Principal has floated the Tender (NIT No. 02/SE&PD/Uttarakhand/2022-23) (hereinafter
referred to as Tender) and intends to award, under laid down organizational procedure, contract for the
work “Design and Construction of Satellite Centre comprising of earthquake resistant 280 bedded
multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1 block), Nurses Hostel (48
Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House, Mortuary, MGPS,
Laundry, STP & Pump Room, Shopping Complex, Sarai and Chiller plant Buildings including all
internal & external, civil, electrical & mechanical services, all external civil & E&M development
works, horticulture works and supply & installation of medical, office and residential furniture for
AIIMS Rishikesh at Udham Singh Nagar, Uttarakhand in EPC mode.” hereinafter referred to as the
“Contract”.

AND WHEREAS the Principal values full compliance with all relevant laws of the land, rules, regulations,
economic use of resources and of fairness/transparency in its relation with its Bidder(s) and Contractor(s).

AND WHEREAS to meet the purpose aforesaid both the parties have agreed to enter into this Integrity
Agreement (hereinafter referred to as Integrity Pact), the terms and conditions of which shall also be read
as integral part and parcel of the Tender/Bid documents and Contract between the parties.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-60
In order to achive these goals, the principal will appoint Independent External Monitors (IEMS) who will
monitor the tender process and the execution of the contract for compliance with the principles mentioned
hereunder.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the parties hereby agree
as follows and this Pact witness as under:

ARTICLES
Article 1: Commitment of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to observe the
following principles:

1.1. No employee of the Principal, personally or through any of his/her family members, will in
connection with the Tender, or the execution of the Contract, demand, take a promise for or
accept, for self or third person, any material or immaterial benefit which the person is not
legally entitled to.

1.2. The Principal will, during the Tender process, treat all Bidder(s) with equity and reason. The
Principal will, in particular, before and during the Tender process, provide to all Bidder(s) the
same information and will not provide to any Bidders(s) confidential/additional information
through which the Bidder(s) could obtain an advantage in relation to the Tender process or the
Contract execution.

1.3. The Principal shall endeavour to exclude from the Tender process any person, whose conduct
in the past has been of biased nature.

2. If the Principal obtains information on the conduct of any of its employees which is a criminal offence
under the Indian Penal code (IPC)/Prevention of Corruption Act, 1988 (PC Act) or is in violation of the
principles herein mentioned or if there be a substantive suspicion in this regard, the Principal will inform
the Chief Vigilance Officer and in addition can also initiate disciplinary actions as per its internal laid
down policies and procedures.

Article 2: Commitment of the Bidder(s)/Contractor(s)

1. It is required that each Bidder/Contractor (including their respective officers, employees and agents)
adhere to the highest ethical standards, and report to the Government/Department all suspected acts of
fraud or corruption or Coercion or Collusion of which it has knowledge or becomes aware, during
the tendering process and throughout the negotiation or award of a contract.

2. The Bidder(s)/Contractor(s) commits himself to take all measures necessary to prevent corruption. He
commits himself to observe the following principles during his participation in the Tender process and
during the Contract execution:

2.1. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal employees involved in the Tender process or execution
of the Contract or to any third person any material or other benefit which he/she is not legally

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-61
entitled to, in order to obtain in exchange any advantage of any kind whatsoever during the
Tender process or during the execution of the Contract.

2.2. The Bidder(s)/Contractor(s) will not enter with other Bidder(s) into any undisclosed agreement
or understanding, whether formal or informal. This applies in particular to prices,
specifications, certifications, subsidiary contracts, submission or non-submission of bids or any
other actions to restrict competitiveness or to cartelize in the bidding process.

2.3. The Bidder(s)/Contractor(s) will not commit any offence under relevant IPC/PC Act. Further
the Bidder(s)/Contract(s) will not use improperly, (for the purpose of competition or personal
gain), or pass on to others, any information or documents provided by the Principal/Owner as
part of the business relationship, regarding plans, technical proposals and business details
including information contained or transmitted electronically.

2.4. The Bidder(s)/Contractor(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly Bidder(s)/Contractor(s) of Indian Nationality
shall disclose names and address of foreign agents/representatives, if any. Either the India agent
on behalf of the foreign principal or the foreign principal directly could bid in a tender but not
both. Further, in cases where an agent participate in a tender on behalf of one manufacturer, he
shall not be allowed to quote on behalf of another manufacturer along with the first
manufacturer in a subsequent/parallel tender for the same item.

2.5. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose (with each tender as per
proforma enclosed) any and all payments he has made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of the Contract.

2.6. Bidder(s) / contractor(s) who have signed the integrity pact shall not approach the courts while
representing the matter to IEMs and shall wait for their decision in the matter.

3. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above or be an
accessory to such offences.

4. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm indulge in fraudulent
practice willful misrepresentation or omission of facts or submission of fake/forged documents in
order to induce public official to act in reliance thereof, with the purpose of obtaining unjust
advantage by or causing damage to justified interest of others and/or to influence the
procurement process to detriment of the Government interests.

5. The Bidder(s)/Contractor(s) will not, directly or through any other person or firm use coercive practices
(which shall include the act of obtaining something, compelling an action or influencing a decision
through intimidation, threat or the use of force directly or indirectly, where potential or actual injury
may befall upon a person, his/ her reputation or property) to influence their participation in the tendering
process.

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal under law or the Contract or its
established policies and laid down procedures, the Principal shall have the following rights in case of breach

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-62
of this Integrity Pact by the Bidder(s)/Contractor(s) and the Bidder/Contractor accepts and undertakes to
respect and uphold the Principal absolute right:

1. If the Bidder(s)/Contractor(s), either before award or during execution of Contract has committed a
transgression through a violation of Article 2 above or in any other form, such as to put his reliability
or credibility in question, the Principal after giving 14 days notice to the contractor shall have powers
to disqualify the Bidder(s)/Contractor(s) from the Tender process or terminate/determine the Contract,
if already executed or exclude the Bidder/Contractor from future contract award processes. The
imposition and duration of the exclusion will be determined by the severity of transgression and
determined by the Principal. Such exclusion may be forever or for a limited period as decided by
the Principal.

2. Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal has disqualified the


Bidder(s) from the Tender process prior to the award of the Contract or terminated/determined the
Contract or has accrued the right to terminate/determine the Contract according to Article 3(1), the
Principal apart from exercising any legal rights that may have accrued to the Principal, may in its
considered opinion forfeit the entire amount of Earnest Money Deposit, Performance Guarantee and
Security Deposit of the Bidder/Contractor.

3. Criminal Liability: If the Principal obtains knowledge of conduct of a Bidder or Contractor, or of an


employees or a representative or an associate of a Bidder or Contractor which constitutes corruption
within the meaning of Indian Penal code (IPC)/Prevention of Corruption Act, or if the Principal has
substantive suspicion in this regard, the Principal will inform the same to law enforcing agencies for
further investigation.

Article 4: Previous Transgression

1. The Bidder declares that no previous transgressions occurred in the last 3 years with any other Company
in any country confirming to the anticorruption approach or with Central Government or State
Government or any other Central/State Public Sector Enterprises in India that could justify his exclusion
from the Tender process.
2. If the Bidder makes incorrect statement on this subject, he can be disqualified from the Tender process
or action can be taken for banning of business dealings/holiday listing of the Bidder/Contractor as
deemed fit by the Principal.
3. If the Bidder/Contractor can prove that he has resorted/recouped the damage caused by him and has
installed a suitable corruption prevention system, the Principal may, at its own discretion, revoke the
exclusion prematurely.

Article 5: Equal Treatment of all Bidders/Contractors/Subcontractors

1. The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in


conformity with this Integrity Pact. The Bidder/Contractor shall be responsible for any violation(s) of
the principles laid down in this agreement/Pact by any of its Sub-contractors/sub-vendors.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-63
2. The Principal will enter into Pacts on identical terms as this one with all Bidders and Contractors.

3. The Principal will disqualify Bidders, who do not submit, the duly signed Pact between the Principal
and the bidder, along with the Tender or violate its provisions at any stage of the Tender process, from
the Tender process.

Article 6: Duration of the Pact

This lntegrity Pact begins when both the parties have legally signed it. It expires for the Contractor 12
months after the completion of work under the contract or expiry of defect liability period or last payment
made under the contract, whichever is later and for all other bidders, 6 months after the Contract has been
awarded.

If any claim is made/lodged during this time, the same shall be binding and continue to be valid despite the
lapse of this lntegrity Pact as specified above, unless it is discharged/determined by the ADG/SDG, CPWD
concerned.

Article 7 : Other Provisions

1. This Pact is subject to Indian Law, place of performance and jurisdiction is the Head quarters of the
Division of the Principal, who has floated the Tender.

2. Changes and supplements as well as termination notice need to be made in writing.

3. If the Contractor is a partnership or a consortium, this Pact must be signed by all the partners or by one
or more partner holding power of attorney signed by all partners and consortium members. In case of
a Company, the Pact must be signed by a representative duly authorized by board resolution.

4. Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact remains
valid. In this case, the parties will strive to come to an agreement to their original intensions.

5. Issues like Warranty/Guarantee etc. shall be outside the purview of IEMs.

6. It is agreed term and condition that any dispute or difference arising between the parties with regard to
the terms of this Integrity Pact, any action taken by the Principal in accordance with this Integrity Pact
or interpretation thereof shall not be subject to arbitration.

7. ln view of the nature of integrity pact, the lntegrity Pact is irrevocable and shall remain valid even if
the main tender/contract is terminated till the currency of the integrity pact.

8. If any complaint regarding violation of IP is received directly by the Principal in respect of the contract,
the same shall be referred to the IEM for comments/recommendations.

Article 8: Independent External Monitor (IEM)

1. The Principal appoints competent and credible independent External Monitor for this Pact after
approval by Central Vigilance Commission (Names and address of IEMs are as mentioned in Schedule-

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-64
F). The task of the Monitor is to review independently and objectively, whether and to what extent the
parties comply with the obligations under this agreement.

2. The Monitor is not subject to instructions by the representatives of the parties and performs his/her
functions neutrally and independently. The Monitor would have access to all contract documents,
whenever required. It will be obligatory for him/her to treat the information and documents of the
Bidders / Contractors as confidential.

3. The Bidder(s)/Contractor(s) accepts that the IEM has the right to access without restriction to all project
documentation of the Principal including that provided by the Contractor, The Contractor will also
grant the IEM, upon his/her request and demonstration of a valid interest, unrestricted and unconditional
access to their project documentation. The same is applicable to sub- contractors.

4. The IEM is under contractual obligation to treat the information and documents of the
Bidder(s)/Contractor(s)/ Sub-contractor(s) with confidentiality. The IEM has also signed 'Non-
Disclosure of Confidential Information' and 'Absence of Conflict of Interest'. ln case if any conflict of
interest arising at a later date, the IEM shall inform the Engineer-in-Charge and recuse himself / herself
from that case.

5. As soon as the IEM notices, or believes to notice, a violation of this agreement, he/she will so inform
the Management of the Principal and request the Management to discontinue or take corrective action,
or to take other relevant action. The IEM can in this regard submit non- binding recommendations.
Beyond this, the IEM has no right to demand from the parties that they act in a specific manner, refrain
from action or tolerate action.

6. The IEM will submit a written report to the SDG/ADG concerned within 8 to 10 weeks from the date
of reference or intimation to him by the Principal and, should the occasion arise, submit proposals for
correcting problematic situations.

7. If the IEM has reported to the ADG/SDG concerned, a substantiated suspicion of an offence under
relevant IPC/PC Act, and the ADG/SDG concerned has, within a reasonable time, not taken visible
action to proceed against such offence or reported it to the Chief Vigilance Officer, the IEM may also
transmit this information directly to the Central Vigilance Commissioner.

8. The Principal will provide to the IEM sufficient information about all meetings among the parties
related to the project provided such meetings could have impact on contractual relations between the
Principal and the contractor. The parties will offer to the IEM the option to participate in such meetings.

9. The word IEM or monitor would include both singular and plural.

Article 9: LEGAL AND PRIOR RIGHTS

All rights and remedies of the parties hereto shall be in addition to all the other legal rights and remedies
belonging to such parties under the Contract and/or law and the same shall be deemed to be cumulative and
not alternative to such legal rights and remedies aforesaid. For the sake of brevity, both the Parties agree
that this Integrity Pact will have precedence over the Tender/Contract documents with regard any of the
provisions covered under this Integrity Pact.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-65
IN WITNESS WHEREOF the parties have signed and executed this Integrity Pact at the place and date
first above mentioned in the presence of following witnesses:

(For and on behalf of Principal) (For and on behalf of Bidder/ Contractor)

WITNESSES:

1 ............................................

(signature, name and address)

2 ............................................

(signature, name and address)

Place:
Dated:

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-66
PART-III

FINANCIAL BID

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-67
CPWD-EPC:
EPC Percentage Rate Tender Form

GOVERNMENT OF INDIA
CENTRAL PUBLIC WORKS DEPARTMENT

Engineering, Procurement & Construction (EPC) Bid

Tender for the work “Design and Construction of Satellite Centre comprising of earthquake resistant
280 bedded multispecialty Hospital (Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1 block), Nurses
Hostel (48 Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House, Mortuary,
MGPS, Laundry, STP & Pump Room, Shopping Complex, Sarai and Chiller plant Buildings
including all internal & external, civil, electrical & mechanical services, all external civil & E&M
development works, horticulture works and supply & installation of medical, office and residential
furniture for AIIMS Rishikesh at Udham Singh Nagar, Uttarakhand in EPC mode.”

1. To be uploaded up to 11:00 Hrs. on 30.01.2023 on website: https://etender.cpwd.gov.in.

2. Technical bid to be opened in the presence of bidders who may be present at 11:30 Hrs. on 30.01.2023
in the office of the Executive Engineer & Senior Manager (C)-I, Uttarakhand Projects, CPWD,
Rishikesh.

BID

I/We have read and examined the notice inviting tender, schedule A, D, E & F Specifications, Drawings
& Designs, General Rules and Directions, General Conditions of Contract 2022 for EPC Project with
amendments up to the last date of submission of bids, clauses of contract, Special conditions, Schedule of
Rates, other documents, regulations, Acts and Rules referred to in the conditions of contract and all other
contents in the tender document for the work.

I/We hereby tender for the planning, designing and execution of the work as per scope mentioned in this
tender document specified for the President of India within the time specified in Schedule 'F' viz., schedule
of quantities and in accordance in all respect with the applicable municipal byelaws, regulations, Acts,
NGT guidelines, specifications, designs, drawing and instructions in writing referred to in Rule-1 of
General Rules and Directions and in Clause 11 of the General Conditions of Contract 2022 for EPC
Project with amendments up to last date of submission of bid and with such materials as are provided for,
by, and in accordance with, such conditions so far as applicable.

We agree to keep the bid open for Seventy-Five (75) days from the date of opening of technical bid and
not to make any modification in its terms and conditions.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-68
I/ We have deposited EMD for the prescribed amount in the Office of concerned Executive Engineer as
per the bid document.

A copy of earnest money deposit receipt of prescribed amount deposited in the Form of Insurance Surety
Bonds, Account payee demand draft, Fixed deposit receipt, Banker Cheques or Bank Guarantee (as
prescribed) issued by a commercial bank, is scanned and uploaded (strike out as the case may be). If I/We,
fails to furnish the prescribed performance guarantee within prescribed period, I/We agree that the said
President of India or his successors, in office shall without prejudice to any other right or remedy, be at
liberty to forfeit the said earnest money absolutely.

Further, if I/We fail to commence work as specified, I/ We agree that President of India or the successors
in office shall without prejudice to any other right or remedy available in law, be at liberty to forfeit the
said performance guarantee absolutely. The said Performance Guarantee shall be a guarantee to execute
all the works referred to in the tender documents upon the terms and conditions contained or referred to
those in excess of that limit at the rates to be determined in accordance with the provision contained in
Clause 12 of GCC-2022 for EPC projects. Further, I/We agree that in case of forfeiture of Earnest Money
or Performance Guarantee as aforesaid, I/We shall be debarred for participation in the re-bidding process
of the work.

I/we undertake and confirm that eligible similar work(s) has/have not been got executed through another
agency on back-to-back basis. Further that, if such a violation comes to the notice of Department, then
I/we shall be debarred for bidding in CPWD as per enlistment rules applicable. Also, if such a violation
comes to the notice of Department before date of start of work, the Engineer-in-charge shall be free to take
appropriate action as per the latest CPWD guideline / forfeit the entire amount of Earnest Money Deposit/
Performance Guarantee.

I/We hereby declare that I/We shall treat the bid documents drawings and other records connected with the
work as secret/confidential documents and shall not communicate information/derived there from to any
person other than a person to whom I/We am/are authorized to communicate the same or use the
information in any manner prejudicial to the safety of the State.

Dated: …………. ** Signature of Bidder **

Witness: …………. **

Address: …………. ** Postal Address **

Occupation: …………. **

[** to be filled by Bidder]

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-69
ACCEPTANCE

(To be Signed by EE&SM(C)-I, Uttarakhand Projects, CPWD, Rishikesh)

The above bid (as modified by you as provided in the letters mentioned hereunder) is accepted by me for
an on behalf of the President of India for a sum of Rs.………*……….…….
(Rupee……….………………………………*………………………….....………………..............).

The letters referred to below shall form part of this contract agreement:

(a)
(b)
(c)

For & on behalf of President of India

Dated: ………
(Signature of)
Executive Engineer & SM(C)-I
Uttarakhand Projects
CPWD, Rishikesh

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-70
Proforma Of Schedules: A to F

(Civil, Electrical & Mechanical and Horticulture)

SCHEDULE-A : Schedule of quantity for quoting rates for Civil Works,


Electrical & Mechanical works and Horticulture works
as per Part-F of this NIT document
SCHEDULE-B : -NIL-
Schedule of material to be issued to
the agency.
SCHEDULE-C : -NIL-
Tools and Plants to be hired to the
agency.
SCHEDULE-D
Extra schedule for specific : -NIL-
requirements/ documents for the
work, if any.

SCHEDULE-E

Reference to General : General Conditions of Contract 2022 for EPC Project as


Conditions of Contract amended/modified up to the last date of submission of Bid.

Name of work : “Design and Construction of Satellite Centre comprising of


earthquake resistant 280 bedded multispecialty Hospital (Ground
+ 5 Floors), SR Hostel (40 Suites, G+5, 1 block), Nurses Hostel (48
Rooms, G+3, 1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station,
Pump House, Mortuary, MGPS, Laundry, STP & Pump Room,
Shopping Complex, Sarai and Chiller plant Buildings including all
internal & external, civil, electrical & mechanical services, all
external civil & E&M development works, horticulture works and
supply & installation of medical, office and residential furniture for
AIIMS Rishikesh at Udham Singh Nagar, Uttarakhand in EPC
mode.”
Estimated cost of work : Rs. 3,19,10,30,024/-
Earnest Money : Rs. 3,29,10,300/-
Performance Guarantee : 3% of bid amount
Security Deposit : 2.5% of bid amount

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-71
SCHEDULE-F:

GENERAL RULES & DIRECTIONS:

Officer inviting bid : Executive Engineer & SM (C)-I, Uttarakhand


Projects, CPWD, Rishikesh
Applicable mode of EPC : Mode-1
Type of Building : Permanent
List of approved construction technology : Hospital Building: Prefabricated composite steel
(As per table 1A/ 1B/ 2 of OM no. 17/ structure building.
SE(TAS)/BMPTC/2022/105-H dated All other buildings: Table 1A, (B) Cast in situ
24.03.2022 with upto date correction structural systems, Permanent structure–concrete
slips) structural system technologies.
Maximum percentage for quantity of : See Below
items of work to be executed beyond
which rates are to be determined in
accordance with Clauses 12.2 & 12.3.

Definitions:

2 (v) Engineer-in-Charge for Civil : Executive Engineer& SM (C)-I, Uttarakhand Projects,


Work/ Horticulture work CPWD, Rishikesh or his successor thereof.

Engineer-in-Charge for : Executive Engineer& Senior Manager (E),


Electrical Work Uttarakhand Projects, CPWD, Dehradun or his
successor thereof.

2 (viii) Accepting Authority : Superintending Engineer & Project Director,


Uttarakhand Projects, CPWD or his successor thereof.

2 (x) Percentage on cost of : 15%


materials and Labour to cover (Provided that no extra overheads and profits shall be
all overheads and profits payable on the part(s) of work assigned to other agency(s)
by the contractor as per terms of contract).
2 (xi) Standard Schedule of Rates :

(i) Civil work : (i) CPWD Plinth Area Rates-2021 with modifications
and correction slips upto date of submission of bids
+ Delhi Schedule of Rates 2021 with amendments up
to the date of submission of bid.

(ii) Electrical work : (ii) CPWD Plinth Area Rates 2021 with modifications
and correction slips up to date of submission of bids
+ Delhi Schedule of Rates 2022 (E&M), DSR (Wet
Riser and Sprinkler System)-2019, Solar
Photovoltaic Power Plant-2019, VRF/VRV Air-

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-72
Conditioning System – 2019 with amendments up
to the date of submission of bid.

(iii) Horticulture work : (iii) CPWD Plinth Area Rates 2021 with modifications and
correction slips upto date of submission of bids +
CPWD Horticulture Delhi Schedule of Rates-2020
with amendments, up to the date of submission of bid.

2 (xii) Department : Central Public Works Department (CPWD)

9 (ii) Standard CPWD Contract : CPWD-EPC (Percentage rate EPC Tender) & GCC 2022
Form for EPC Projects modified & corrected up-to the last date
of submission of Bid

Clause 1:

(i) Time allowed for submission of Performance : 12 (Twelve) days


Guarantee, programme chart (Time and Progress)
and applicable labour licenses, registration with
GST, EPFO, ESIC and BOCW Welfare Board or
proof of applying thereof from the date of issue
of letter of acceptance.
(ii) Maximum allowable extension with late fee @ : 03 (Three) days with late fee @ 0.1%
0.1% per day of Performance Guarantee amount per day (non-refundable)
beyond the period provided in (i) above.

Clause 2:

(i) Authority for fixing compensation under clause 2 : Superintending Engineer & Project
Director, Uttarakhand Projects, CPWD
Rishikesh or his successor thereof.

Clause 5:

(i) Time allowed for execution of work : 22 months


(4 months for Planning, design and
obtaining Approval
+ 18 months for execution and completion
of work)
(ii) Number of days from the date of issue of letter : 15 (Fifteen) days or date of handing over
of acceptance for reckoning date of start of site whichever is later.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-73
Table of Milestones:

Sl.No Description of Milestone (Physical) Time % age amount to be


allowed in with-held in case of
Months non-achievement of
(from milestone
date of
start)
1 Appointment of Architectural consultant, design

% age of tendered amount in financial Bid for failure of each milestone; subject of
consultant and services consultants, Appointment of 1.5 0.07
GRIHA Consultant.
2 Preparation of all architectural working drawings,
LOP, landscape drawings, structural drawings and
services drawings of all components along-with Level-

maximum 5% of the tendered amount in financial bid


4 BIM model including obtaining all approval of all
local bodies/ statutory bodies, all other concerned
authorities as may be applicable for the work, all
complete as per direction of engineer-in-charge to start 4 0.33
the construction activities.
Setting up of site office, site testing lab, batching plant,
approval of design mix, initial setting out, required
barricading, pollution control program, work program
with material and resource scheduling in MS project/
primavera, steel yard, cement go-down.
3 i. All Building except Hospital Building:
Completion of RCC work of foundation up to plinth
8 0.17
level.
ii. Completion of Boundary wall
4 Hospital Building:
Completion of RCC work of foundation up to plinth 8 0.30
level
5 Misc. Non-Residential Building except Hospital
Building:
Completion of RCC work in Superstructure & all 10 0.18
masonry work for all floors including conduiting work
6 Hospital Building & other Non-Residential
10 0.10
Buildings:

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-74
Placing supply order for E&M equipments like
substation, DG Set, HVAC plant, CSSD equipments,
Laundry equipments, Kitchen equipments, MGPS
equipments, STP equipments, Firefighting & Fire
alarm equipment, CCTV, drinking water pump related
equipments, Pneumatic tube transport system
equipment, Automated Laundry & waste management
System equipment, Nurse call system equipment,
Lifts, Modular OT equipment, Solar water heating
equipment, IBMS equipment, LAN & EPABX
equipments, Audio-Visual equipment & other misc.
Medical and E&M equipment.
7 Sample Quarters/ Suites:
Completion of 01 No. sample quarter for Type-4 and
completion of 01 No. sample room/ suites (including 10 0.01
toilet & kitchen) for SR Hostel & Nurses Hostel
Building including all E&M related works, fittings &
fixtures.
8 All Residential Buildings:
Completion of RCC work in Superstructure & all
masonry work for all floors including conduiting work
& placing supply order for E&M equipments like 15 0.15
rising mains, LT panels, firefighting and fire alarm
system equipments & VRF equipments, lifts etc.
9 Hospital Building:
Completion of Pre-fabricated Composite Steel 15 1.50
Structure work in Superstructure.
10 Hospital Building:
Completion of masonary work including conduiting 17 0.15
work for all floors.
11 Misc. Non-Residential Buildings except Hospital
Building:
Completion of plastering, flooring, doors, windows,
false ceiling, finishing works, internal water supply,
sanitary & sewerage etc. in all respect including wiring
work, installation of all equipments related to
substation building, HVAC plant, CSSD equipments, 20 0.16
Laundry equipments, Kitchen equipments, MGPS
equipments, STP equipments, Firefighting and
drinking water pump house related equipments
including all other misc. internal & external works
pertaining to buildings as mentioned in this NIT to
make the buildings functional in all respect.
12 All Residential Buildings: 20 0.18

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-75
Completion of plastering, flooring, doors, windows,
false ceiling, finishing works, internal water supply,
sanitary & sewerage etc., including wiring, installation
of Residential Furniture, Electrical fitting & fixtures
including all other misc. internal & external works
pertaining to buildings as mentioned in this NIT to
make the buildings functional in all respect.
13 Hospital Building:
Completion of plastering, flooring, doors, windows,
false ceiling, finishing works, etc. including all internal
& external works, installation of all Hospital Furniture,
E&M related works, fittings & fixtures, wire, cables,
rising mains work, panels works and other fixtures,
medical equipment, firefighting, fire alarm, lifts, VRF 21 1.30
and AHU related works including supply and return
water line, ducting works, cooling tower works, Solar
water heating system work and all other works
complete etc. including all other misc. internal &
external works pertaining to buildings as mentioned in
this NIT to make the building functional in all respect.
14 All external development works pertaining to Civil,
Electrical & Mechanical and Horticulture complete in
all respect with testing and commissioning of services,
clearances from local body/ completion certificates 22 0.40
etc. required to declare buildings and campus
authorized for occupation.

NOTE:

Withheld amount shall be released if subsequent milestone is achieved within respective time
specified. However, in case milestones are not achieved by the Bidder for the work, the amount shown
against milestone shall be withheld.

Intending bidder may submit phasing of activities/ milestones based on their resources and
methodology at the time of bidding corresponding to physical milestones/stages indicated in the above
table. These shall be formed part of the agreement after approval of the accepting authority,
otherwise it would be assumed that agency agrees with the above-mentioned physical milestones.

Authority to decide:

(i) Extension of time : Superintending Engineer cum Project Director, Uttarakhand


Projects CPWD, Rishikesh or his successor thereof.

(ii) Rescheduling of components : Superintending Engineer cum Project Director, Uttarakhand


Projects, CPWD, Rishikesh or his successor thereof

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-76
(iii) Shifting of date of start in Case of : Superintending Engineer cum Project Director, Uttarakhand
delay in handing over of site Projects, CPWD, Rishikesh or his successor thereof

Schedule of handing over of site : On Stipulated date of Start of work

Schedule of issue of Designs

Part Portion of Design Description Time period for issue of


design reckoned from
date of receipt of
tenders
Part A Already included in NIT LOP, Site survey plan, Indicative Available in the NIT
Architectural floor plan
(conceptual), Soil investigation
report (Indicative).
However, the consultant to be
appointed by the successful
bidder will have to prepare the
LOP & Architectural Drawings
afresh based upon digital site
survey plan and Geo-technical
soil investigation carried out by
him.
Part B-1 Portions of Architectural To be prepared by successful As per table of milestone
Designs to be issued bidder.
Part B-2 Portions of Civil Designs to
be issued
Part B-3 Portions of E&M Design to
be issued

Clause 5.1:

Schedule of rate of recovery for day in submission of the modified programme in terms of delay per week:

Sl. No. Contract Value Recovery (Rupees)

I. Monthly progress report Rs. 1,00,000/- per month or part thereof


II Programme chart Rs. 2,00,000/- per month or part thereof

Clause 5.7:

Nature of Hindrance Register (either Physical : Online system through CPWD website under
or Electronic) “construction login” tab

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-77
Clause 6: Applicable

Clause 7:

Gross work to be done together with net : For civil work: Rs. 10.00 Crore except 1st R/A Bill
payment /adjustment of advances for material (1st R/A bill may be of value less than Rs. 10.00
collected, if any, since the last such payment for Crore but not less than Rs. 3.00 Crore)
being eligible to interim payment
For Elect work: Rs. 3.00 Crore except 1st R/A Bill
(1st R/A bill may be of value less than 3.00 Crore
but not less than Rs. 1.00 Crore)

Clause 7A:

Whether clause 7A shall be applicable : Yes, Applicable

Clause 7 B: Payment to 3rd Party

Whether clause 7B shall be applicable : Yes, Applicable

Clause 8A:

(i) Authority to decide compensation on Executive Engineer & Senior Manager (C)-I,
account if contractor fails to submit Uttarakhand Projects, CPWD, Rishikesh or
completion plans (@0.1% of tender value) successor thereof or Higher authority.

Clause 10A:

List of testing equipment’s to be provided by : List attached as Appendix-I & as per CPWD
the agency at site lab Specification 2019 Volume-I & II. Default shall be
liable for recovery of Rs. 25,000/- per week.

Clause 10 B (i):

Secured Advance on Materials : Yes, Applicable

Clause 10B (ii) & (iii):

Whether Clause 10B(ii) shall be applicable : Yes, Applicable

Whether Clause 10B(iii) shall be applicable : Yes, Applicable

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-78
Mobilisation advance and Plant Machinery The mobilization advance shall be given @ 10% of the
& Shuttering Material advance: tendered amount as per GCC 2022 for EPC Projects
with up to date correction.

The Plant & machinery and for shuttering material


advance shall be given @ 5% of the tendered amount
as per GCC 2022 for EPC Projects with up to date
correction.

Note: A separate dedicated Bank Account shall be


opened by the agency in any scheduled Bank before
release of mobilization/tools & plants advance.
Mobilization advance will not be given for any
material for which secured advance is payable, T&P
advance will not be given for tools & plants
equipments, owned by the agency as intimated in the
eligibility documents. Installments of Mobilization
advance except the first installment shall be released
only after receiving the utilization certificate supported
by bank statement of the said account showing the
disbursement of mobilization advance by the agency as
per clause 10B(ii) of GCC.

*[of bid value of Financial Quote].

Clause 10CC Applicable


Civil Electrical
Component of civil/ Electrical construction materials Xm = 80% Xm = 80%
expressed as percent of total value of work (excluding furniture
& horticulture work).
Component of labour expressed as percent of total value of Y = 20% Y = 20%
work.
Component of POL expressed as percent of total value of NIL NIL
work.

Note: Payment under this clause is admissible when contractor submits proof of having paid
increased wages due to every worker through bank or ECS or online transfer to his Bank Account.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-79
Clause 11:

Specifications to Civil work: CPWD Specifications 2019 Volume- I & II with corrections slips up to
be followed for last date of submission of bid (bid herein after called CPWD specifications).
execution of
work Electrical work:
1. CPWD General Specification for Electrical Works Part I Internal–2013.
2. General Specification for Electrical Works (Part III Lifts & Escalators)-2003.
3. CPWD General Specification for Electrical Works Part IV Substation-2013.
4. CPWD General Specification for Electrical Works Part V Wet riser and sprinkler
system-2020.
5. CPWD General Specification for Electrical Works Part VI fire detection and alarm
system- 2018.
6. CPWD General Specification for Electrical Works Part VII DG Sets– 2013
7. CPWD General Specification for Electrical Works Part VIII Gas Based Fire
Extinguishing System–2013.
8. General Specification for Heating Ventilation & Air-Conditioning-2017.
9. CPWD specification of Horticulture & Landscaping – 2018.
10. CPWD General Specification for Medical Gas Pipe System 2022
11. CPWD General Specification for Pneumatic Tube Transport System 2022
12. CPWD General Specification for Modular operation Theater. 2022
13. CPWD General Specification for Nurse Call System 2022

All above specifications shall be applicable with corrections slips up to the last date of submission/
uploading of bid.

Clause 12 : Applicable, as per GCC 2022 for EPC project

Type of work : Project and original work

Deviations 1. Non-residential buildings: The deviation limit shall be 5% for all the items.
limits beyond 2. Low rise Residential buildings (up to 15 meters in height): The deviation limit
which Clause- shall be 2% for all the items.
12.2 & 12.3 3. High rise Residential buildings (more than 15 meters in height): The
shall apply for deviation limit for the unit area and circulation/ common area shall be 2% and
building work 10% respectively.

Clause 16:

Competent Superintending Engineer & Project Director, Uttarakhand Projects, CPWD,


Authority for Rishikesh or his successor thereof up to 5% of tender value
deciding
reduced rates.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-80
Clause 18:

Suggestive List of machinery, tools & plants to be deployed by the Bidder at site: As per Appendix-II

Clause 19:

Labour laws to be complied by the contractor:

Clause Penalty for each default as mentioned in relevant clause of GCC


Clause 19 C Rs. 2500/- each default
Clause 19 D Rs. 2500/- each default
Clause 19 G Rs. 2500/- each default
Clause 19 K Rs. 200/- per trades man per day

Clause 25:

Constitution of Dispute Redressal Committee:

Sl.No Name of Division Conciliator Arbitrator Appointing Place of Arbitration


Authority
1 EE & SM (C)-1 ADG, Chandigarh SE & PD, Uttarakhand Rishikesh
Uttarakhand Projects, Projects
CPWD Rishikesh CPWD, Rishikesh

Clause 32 (i):

A. The Requirement of Technical / Architectural Personnel required to be deployed by the consultants


for planning stage and their recovery rates are as below:

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-81
S. Qualification Disciplin Numb Minimu Designation Rate at which recovery
No. e er m shall be made from the
Experie Contractor in the event
nce of not fulfilling
(Years) provision of clause 32(i)
1 Graduate Architect 1 20 Lead Architect
Rs. 1,00,000/- per month
Architect
2 Graduate Architect 2 12 Architect Rs. 70,000/- per Month
Architect per person
3 Graduate Civil 1 20 Lead Structural
Rs. 1,00,000/- per month
Engineer Engineer
4 Graduate Civil 2 12 Structural Rs. 70,000/- per Month
Engineer Engineer per person
5 Graduate Electrical 1 20 Lead Electrical
Rs. 1,00,000/- per month
Engineer Engineer
6 Graduate Electrical 1 12 Electrical Rs. 70,000/- per Month
Engineer Engineer per person
7 Graduate Electrical 1 12 Fire Fighting Rs. 70,000/- per Month
Engineer and Fire Alarm per person
8 Graduate Electrical 1 5 HVAC & VRF Rs. 50,000/- per month
Engineer per person
9 Post-Graduation Electrical- 1 10 Health Care/ Rs. 80,000/- per month
in Hospital Medical Medical per person
Administration/ Package consultant
Management Works
10 Graduate Civil 1 5 Water Supply
Rs. 50,000/- per month
Engineer and Sanitary
per person
Expert
11 Landscape Architect 1 5 Landscape/ Rs. 50,000/- per month
Architect Horticulture per person
12 Graduate Environm 1 5 Green Building Rs. 50,000/- per month
ental Consultant per person
13 Graduate Environm 1 5 Waste and
ental Disposal Rs. 50,000/- per month
management per person
system

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-82
14 Architect 1 12 (and Deputy Project Rs. 70,000/- per Month
Graduate having Manager per person

Architectural
experienc (Arch.) In
e of one charge
similar
nature of
work)
15 Architect 1 5 Furniture / Rs. 50,000/- per month
Graduate Interior per person
designer
16. Architect 1 5 CCTV Rs. 50,000/- per month
Graduate networking per person
expert
17. Architect 1 5 Site Architect Rs. 50,000/- per month
Graduate per person

B. The Requirement of Technical Representative(s) and Recovery Rates:


Applicable only for the original construction work

S. Qualification Discipline Number Minimum Designation Rate at which


No. Experience recovery shall be
(Years) made from the
Contractor in the
event of not
fulfilling
provision of
clause 32(i)
1 Graduate 1 20 (and having Project Rs. 1,00,000/- per
Engineer (Major experience of Manager with month
Component) one similar degree in major
nature of discipline of
….Civil….

work) Engineering
2 Graduate 2 12 (and having Deputy Project Rs. 70,000/- per
Engineer experience of Manager Month per person
one similar
nature of
work)
3 Graduate 4 5 Project/Site Rs. 50,000/- per
Engineer Or Engineer month per person
or 10
Diploma Respectively
Engineer

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-83
4 Graduate 1 12 experiences Quality Rs. 70,000/- per
Engineer in Quality Manager month per person
assurance
5 Graduate 1 8 Quality Rs. 50,000/- per
Engineer Engineer month per person
6 Diploma 1 8 Surveyor Rs. 30,000/- per
Engineer month per person
7 Graduate 1 6 Project Rs. 40,000/- per
Engineer Planning/billin month per person
g Engineer
8 Graduate 1 12 (and having Deputy Project Rs. 70,000/- per
Engineer experience of Manager (E) Month per person
one similar
nature of
work)
…. Electrical….

9 Graduate 2 5 Project/Site Rs. 50,000/- per


Engineer Or Engineer month per person
or 10
Diploma Respectively
Engineer
10 Graduate 1 8 Quality Rs. 50,000/- per
Engineer Engineer month per person
11 Graduate 1 6 Project Rs. 40,000/- per
Engineer Planning/billin month per person
g Engineer
14 Safety Engineer Graduate 1 5 Ensuring safety Rs. 50,000/- per
measures for month per person
construction
activities
15 Horticulturist BSc 1 5 Horticulturist Rs. 50,000/- per
Agriculture month per person

Note:

1. The specialized technical staff for execution of component such as plumbing, water proofing,
firefighting, HVAC, Acoustic, landscaping etc. shall be deployed as per the requirement of work.

2. Assistant Engineers retired from Government services that are holding Diploma will be treated at par
with Graduate Engineers. Diploma holder with minimum 10-years relevant experience with a reputed
construction company can be treated at par with Graduate Engineers for the purpose of such deployment
subject to that such diploma holder should not exceed 50% of requirement of degree engineers.

3. Architect should be registered with COA

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-84
4. The bidder shall submit a certificate an employment of the technical representative(s) (in the from of
copy of form 16 of CPF deduction issued to the engineers employed by him) along with every account
bill / final bill and shall produce evidence of regular physical availability of such engineers on the above
project whenever required by the engineer–in-charge.

Clause 38: Applicable as given below

i) Schedule/statement for determining theoretical Delhi Schedule of Rates 2021 with


quantity of cement & bitumen based on Delhi amendments up to the date of submission
Schedule of Rates of bid.
ii) Variations permissible on theoretical quantities.

(a) Cement 3% Plus/Minus

(b) Bitumen for all works. 2.5% Plus only and nil on minus side.
(c) Steel reinforcement and structural steel 2% Plus/minus
(d) All other materials Nil

Provision of Independent External Monitors:

1. Threshold value (Estimated cost put to tender) at and above which Integrity Pact would be applicable
300 Crore.

2. Particulars of IEMs appointed by CVC:

Sl. No. Name of IEM Address

1. Shri Arvind Kumar Arora (IDSE- Retired) B-333, Chittaranjan Park New Delhi-110019
Email:arvindarora333@gmail.com Mob: 8130588577, 9868236340

2. Shri Giraj Prasad Gupta (ICAS- Retired) E-94 (FF), GK1, New Delhi-110048
Email:gpgupta1804@gmail.com Mob: 9868266056

3. Shri Swaminathan Kalyanam (IRSME- Flat No. 705, Tower One, Ansal Sushant
Retired) Estate, Sector-52, Gurugram-122003
Email:swaminathan.kaly@gmail.com Mob: 9818798389

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-85
Appendix-I:
Establishing Site Laboratory and Testing of Materials

Equipment for conducting necessary tests (as per CPWD Specifications 2019 Volume-I) shall be provided
and installed at site in the well-furnished site laboratory by the agency at his own cost. The following
laboratory equipment should be in general or as and when required be set up at site laboratory:

Sl. No. Equipment Numbers


1. 100MT compression testing machine, electrical -cum-Manually 2
operated)
2. Slump cone, steel plate, tamping rod, steel scale, scoop 3
3. Vicat Apparatus with Desk pot 1
4. Megger & earth resistance tester 1
5. Pumps and pressure gauges for hydraulic testing of pressure 1
6. Weighing scale platform type 100 Kg 1
7. Graduated glass measuring cylinder of various capacity As per requirement
8. Sets of sieves of 450mm internal dia for coarse aggregate [100mm, 2 sets
80mm, 40mm, 20mm, 12.5mm]
9. Sets of sieves of 200mm internal dia for fine aggregate [4.75mm; 2 sets
2.36mm; 1.18mm; 600microns; 300 microns & 150 micron, with lid
and pan]
10. Sieve Brushes and sieve shaker capable of200mm and 300mm dia 1
sieves, manually operated with timing switch assembly
11. Cube moulds size 70mmx70mmx70mm 18
12. Cube moulds size 150mmx150mmx150mm 36
13. Ultrasonic pulse velocity Test Equipment (For concrete) 1
14. Hot air oven temp. Range 50°C to 300°C-sensitivity 1 degree 2
15. Electronic balance 600gx0.1g., 10kg and50 kg 2
16. Physical balance weight up to 5 kg 2
17. Digital thermometer up to 150oc 3
18. Air Content of concrete testing machine 1
19. Measuring jars 100ml, 20ml, 500ml 5 Nos each size
20 Gauging trowels 100mm & 20mm with wooden 5
21 Spatula 100mm & 20mm with long blade wooden handle 5
22. Vernier calipers 12” & 6” size 3 each
23. Digital PH meter least count 0.01mm 3 each
24. Digital Micrometer least count. 0.01mm 3 each
25. Digital paint thickness meter for steel 500microns 2
26. GI tray 600x450x50mm,450x300x40mm,300x250x40mm 3 Nos each
27. Electric Motor mixer 0.25 cum capacity 1
28. Rebound hammer test digital rebound hammer 2
29. Screw gauge 0.1mm-10mm, least count 0.05 4

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-86
30. Water testing kit 2
31. Motorized sieve shaker 2
32. Pruning Rods 2 Kg weight length 40 cm and ramming face 25 mm2 2
33. Extra Bottom plates for 15 cm cube mould 15
34. Standard Vibration Table for gauging theCubes 2
35. Pocket concrete penetrometer 0 to 50kg/sq.cm 3
36. Concrete temperature measuring thermometer with Brass protection
sheath0- 100 degree centigrade 2
37. Mortar Cube vibrator 1
38. Dial type spring balance preferable withzero correction knob capacity 2
100 kgs.Reading to ½ kg.
39. Counter scale capacity 1 kg and 10 kg 2
40. Iron Weight of 5 kg, 2 kg, 1 kg, 500 gm, 20 gm, 100 gm 2 each
41. Brass Weight of 50 gm, 2 gm, 10 gm, 5 gm,2 gm, 1 gm 2 each
42. Measuring cylinder TPX or Poly propylene capacity 100 ml, 500 ml, 3 each
250 ml, 1000 ml
43. Pyrex, corning or Borosil beakers with cover capacity 500 ml, 20 ml,
50 ml 3 each
44. Wash Bottles capacity 500 ml 5
45. Thermometers 1-100 degree centigrade /max. and Min/ Dry and wet 3
with table
46. Set of box spanner ratchet 2
47. Hammer 1lb& 2lb 3 each
48. Distance metre (of 100 metre) 2
49. Hacksaw with 6 blades 3
50. Measuring tape (5 metre) 4
51. Depth gauge 2 cm 6
52. Shovels& Spade 6
53. Steel plates 5 mm thick 75x75 cm 6
54. Plastic or G.I. Buckets 15 ltr, 10 ltr, 5 ltr 2 each
55. Wheel Barrow 10
56. Floor Brushes, hair dusters, scrappers, wirebrush, paint brushes, 3 each
shutter steel plat oil,kerosene with stove etc.
57. Any other equipment for site tests as outlined in BIS codes and as As per requirement
directed bythe Engineer-in-charge.
58. Concrete Core cutter Machine 2

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-87
Appendix-II:
Requirements of Plant and Equipment at Site

Numbers
Sl. No. Equipment
(Minimum)
1. Builders hoist 4
2. Centralized concrete batch mix plant of minimum capacity 30 cum per hour
(fully automatic with computer control) 1
3. Excavator cum loader (JCB 3D model or equivalent). 3
4. Compressor machine minimum 20 CFM with rock Breaker. 2
5. DG set of minimum capacity 62.5 KVA. For testing of E&M equipment,
suitable capacity of DG Set shall be provided. 2
6. Transit mixers. As per
requirement
7. Concrete pump 3
8. Needle Vibrators. 20
9. Screed leveler. 4
10. Plate Vibrator 4
11. Automatic Ring making machine (Reinforcement) 2
12. As per
Dumper/Tipper requirement
13. Reinforcement bending machine. 3
14. Reinforcement cutting machine. 3
15. Power driven earth rammer (Soil compactor). 2
16. Total survey station. 2
17. Water tanker (Minimum capacity of 5000 liters) 4
18. Welding machine 400 Ampere 4
19. Screener for coarse sand and fine sand 4
20. Centrifugal mono block water pump minimum capacity 2 HP 6
21. Road roller / Vibratory roller 8 to 10 tonnes 1/1
22. Drilling machine/ RCC core cutting machine 4/1
23. Steel Shuttering with necessary tubular pipe props 15000 sq.mt.
24. As per
Double steel scaffolding and staging materials. requirement
25. Air compressor 4
26. Floor grinding/polishing machines 5
27. Granite cutting machine 2
28. Ceramic tile cutting machine 4
29. Granite polishing machine 4
30. Granite hand polishing machine 4
31. Mobile tower crane 2

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-88
32. Vacuum dewatering machine for concrete 2
33. Good quality Camera and handycam for taking photographs and video
recording of major activities for record purpose and for quality assurance 1 each
34. Any other machinery required for completion of the work as per decision of As per Actual
Engineer-in-charge. Requirement

Note:

1. Workshop facilities for fabrication/addition and alterations, and other allied works shall be arranged by
the contractor at his own cost.

2. The list of equipment/T&P/machinery as per above is for general guidance. In addition to these,
machinery / equipment as required shall be arranged by the contractor in case the requirement at any
stage exceeds as per the Programme finalized at his own cost and nothing extra whatsoever on this
account shall be paid. This includes equipment for arrangement of concrete from RMC producing plants
also.

3. All the equipment, T&P and machinery shall be kept in good working conditions.

4. Equipment like batching plant, concrete pump excavators/Transit mixer etc. shall be allowed to be
moved away from the site when, the same are no longer required at site of work in the opinion of
Engineer-in-charge.

5. In addition to above list, contractor is bound to brought at site any test equipment for any item of work,
at his own cost, which Engineer-in-Charge may direct him. Nothing extra shall be paid to contractor in
this regard. Direction of Engineer-in-Charge in this regard shall be final & binding.

6. If contractor fails to comply such directions within time specified by Engineer-in-Charge, the same
shall be brought to site by department by any means at cost of contractor itself and nothing shall be
paid in this regard.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-89
Standard General Conditions of Contract

General Conditions of Contract (GCC 2022 –EPC Projects) for CPWD Works which is available at M/s
Jain Book Agency, 4574/15, 2nd Floor, Padam Chand Marg, Darya Ganj, New Delhi-110002 as CPWD
publication shall be deemed to be part of the Tender document.
The Standard GCC is amended from time to time through issue of OMs under series DG/CON which are
available on CPWD official website at http://www.cpwd.gov.in/ Documents/Official Circulars/ DG CON.
The said Circulars bearing no. DG/CON dated 13.07.2022 and onwards issued upto date of tender
submission shall also be deemed to be part of tender document.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-90
PART-A

USER REQUIREMENTS, SCOPE OF WORK &

TECHNICAL SPECIFICATION

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-91
USER REQUIREMENTS

Hospital Building:

The Hospital Building shall be constructed as earthquake resistant Pre-Engineered Steel composite structure
G+5 storied building and following facilities are proposed to be established in the Hospital Building of
Satellite Centre of AIIMS, Rishikesh at Udham Singh Nagar, Uttarakhand:
Following departments shall be established in the hospital:

• Cardiology
• Nephrology
• Urology,
• Neurology,
• Neonatology,
• Neurosurgery,
• CTVS,
• Medical Gastroenterology,
• Paediatric Surgery,
• Burn & Plastic Surgery,
• Trauma & Emergency,
• Intensive care unit & Critical Care,
• General Surgery,
• Orthopaedics,
• General Medicine,
• Paediatric,
• Obs & Gynae.

Common Areas:
• Reception Area
• Registration counters
• Cashier offices
• Waiting lobbies
OPDs (48 Nos.):
• Total 48 no OPD rooms for consultants of various departments including super specialty
departments.
• 20 no extra rooms for ancillary services of OPD.

Wards: (Total 250 beds)


25 bedded/ 10 bedded wards with the following ancillary services for each of them as:
• Nursing station
• Nurse Duty room

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-92
• Doctor duty room
• Store
• Clean Utility
• Dirty Utility
• Pantry
• Teaching room
• Lab
• Toilets

OT Complex (10 Nos.):


10 nos OTs with:
• Pre op 10 beds
• Post op 20 beds
• Change Rooms
• Lounges
• Other rooms in OT ancillaries like Scrub stations, TISU, Equipment rooms etc
• Labour complex with 4 nos delivery rooms + One no Septic OT and ancillaries

ICUs:
• 30 Beds with full set of ancillaries for each ICU
Diagnostics:
• Radiology
• X ray 2 nos
• C T scan
• MRI
• USG 3 nos
• Mammography
• Bone dexa
• Ancillaries
• Offices
• Blood bank
• ECG
• Echo
• TMT
• Endoscopy
• Bronchoscopy
• Arthroscopy
• EEG
• EMG
• Opthal lasers
• Special diagnostics 10 rooms

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-93
Labs:
• Sample collection
• Hematology
• Clinical chemistry
• Micro
• Histo
• Immuno
• Virology
• Biochemistry
• Research area
• Ancillaries
• Day care beds 20 nos with ancillaries

Emergency & Trauma:


• 20 triage beds...red, yellow, green
• 20 observation beds
• All ancillary rooms for emergency with minor and major OTs
• Physiotherapy
• Admin block
• Telemedicine center

Services:
• CSSD
• Laundry
• Kitchen
• Cafeteria
• MRD
• BMW
• Gas manifold
• STP/ETP
• Pharmacy
• Engineering services
• Mortuary
• Teaching halls/ Areas
• Community training Halls
• Consultants’ rooms
• Staff rooms
• Stores

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-94
Residential Buildings:

The following Residential Buildings shall be earthquake resistant permanent structures which shall be cast
in situ structural systems with concrete structural system technologies as per table 1A (B) of OM no. 17/
SE(TAS)/BMPTC/2022/105-H dated 24.03.2022 with upto date correction slips.

Description Floors

Type-4 G+5, 01 Block, 12 Qtrs


SR Hostel G+5, 01 Block, 40 Suites
Nurses Hostel G+3, 01 Block, 48 Rooms

Non-Residential Buildings:

The following Non-Residential Buildings shall be earthquake resistant permanent structures which shall
be cast in situ structural systems with concrete structural system technologies as per table 1A (B) of OM
no. 17/ SE(TAS)/BMPTC/2022/105-H dated 24.03.2022 with upto date correction slips:

1. Sub Station Building


2. Pump House
3. Mortuary
4. MGPS
5. Laundry
6. STP & Pump Room
7. Shopping Complex
8. Sarai
9. Chiller Plant

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-95
SCOPE OF WORK

TABLE-A:
Plinth Area Details of Buildings to be constructed
Note:

Floorwise distributions of various facilities are only indicative. The plinth area details included in scope of
works are as below:

Hospital Building (G+5 floor):

Sl. Floor Space Distribution Plinth area Floor Height


No (Sqm) (Mtr.)
1 Ground As per Annexure-P1 5848 4.20
Floor
2 First Floor As per Annexure-P1 5295 4.20
3 Second Floor As per Annexure-P1 5154 4.20
4 Third Floor As per Annexure-P1 5049 4.20
5 Fourth Floor As per Annexure-P1 5049 4.20
6 Fifth Floor As per Annexure-P1 4555 4.20
Total 30952
th
1 Ramp area 2.4 mtr wide ramp from ground to 5 floor 287*6=1722 4.20
Total 1722

Type-IV (G+5, 01 Block, 12 Quarters):

Sl.No Floor Space Distribution Plinth area Floor height (Mtr)


(Sqm)
1 Ground Floor 02 Quarters 315.08 3.15
2 First Floor 02 Quarters 315.08 3.15
3 Second Floor 02 Quarters 315.08 3.15
4 Third Floor 02 Quarters 315.08 3.15
5 Fourth Floor 02 Quarters 315.08 3.15
6 Fifth Floor 02 Quarters 315.08 3.15
Total Area 1890

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-96
Senior Resident Hostel (G+6, 02 Blocks, 104 Suites):

Floor
Plinth area
Sl.No Floor Space Distribution height
(Sqm)
(Mtr)
Dining, Kitchen, multipurpose
1 Ground Floor 566 3.15
hall, gym etc.
2 First Floor 08 Suites 566 3.15
3 Second Floor 08 Suites 566 3.15
4 Third Floor 08 Suites 566 3.15
5 Fourth Floor 08 Suites 566 3.15
6 Fifth Floor 08 Suites 566 3.15
7 Porch Entrance 67 3.15
Total Area of Block 3463

Nurses Hostel (G+3, 01 Block, 48 Rooms):

Plinth area Floor height


Sl.No Floor Space Distribution
(Sqm) (Mtr)
Dining, Kitchen, multipurpose hall,
1 Ground Floor 507 3.15
gym etc.
2 First Floor 16 Rooms 507 3.15
3 Second Floor 16 Rooms 507 3.15
4 Third Floor 16 Rooms 507 3.15
5 Porch Entrance 67 3.15
Total Area of Block 2095

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-97
Non-Residential Buildings:

Sl. No Description Plinth area (Sqm)


1 Sub Station Building 650
2 Pump House 150
3 Mortuary 500
4 MGPS 500
5 Laundry 400
6 STP & Pump Room 150
7 Shopping Complex 200
8 Sarai 100
9 Chiller Plant 750

Note:
1. For calculation of plinth area, rules for working out the plinth area from plans as given in the annexure
III of PAR-2021 shall be followed.

2. The total plinth area of a building shall be the sum total of the plinth area at every floor including the
basement, if any.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-98
Guidelines For Working out Plinth Area

(As per IS: 3861-2002 with upto date amendments as may be issued from time to time)

In order to ensure the adoption of a uniform method of working out Plinth Area from Plans, the following
guidelines are laid down. These guidelines are general in nature. These are based on the fundamental
principle that the plinth area of a building should present a true picture of the covered floor area provided
in the plans.

1. Terminology

1.1. Plinth Area:

The plinth area shall mean the built up covered measured at the floor level of basement or of any
storey.

1.2. Balcony:

A Horizontal Projection with a hand-rail, balustrade or a parapet.

1.3. Mezzanine Floor:

An intermediate floor in between two main floor having minimum height of 2.2 m from the floor
and having a proper and permanent access to it.
Note: Where rules of the local bodies permit intermediate floor of minimum 1.8 m clear height,
may also be considered as mezzanine floor for the purpose of measurement.

1.4. Mumty (Stair Cover):

It is structure with a roof over a staircase and its landing, built to enclose only the stairs for the
purpose of providing protection from weather and not used of human habitation.

1.5. Loft:

A structure providing intermediate storage space in between two main floors without having a
permanent access and at a height not less than 2.0 m from the floor below.

1.6. Porch:

It is covered structure supported on pillars or otherwise for the purpose of pedestrian or vehicular
approach to a building.

2. General

2.1. Linear measurement shall be measured to nearest 0.01 m, and areas shall be worked out to the
nearest 0.01m2

2.2. The areas of each of the following categories shall be measured separately and shall be clubbed
together so as to enable the cost computation at different rate per unit area as worked out for
varied heights or categories.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-99
a. Basement

b. Floor without cladding (stilted floor)

c. Floors including to floor which may be partly covered;

d. Mezzanine floor including additional floor for seating in assembly building/theatre, auditorium
etc

e. Garage

f. Accommodation for service staff

g. Mumty (Stair cover)

h. Machine room

i. Porch

j. Tower, turrets, domes projecting above the terrace level at terrace.

3. Method of measurement of Plinth Area


The total Plinth area shall be the sum total of built up covered areas measured at each floor level of the
buildings for the categories mentioned under 3.1 below and exclude the areas given in 3.2

3.1. For the purpose of Plinth area, following shall be included:

a. Area of the wall at the floor level excluding plinth offsets, if any; when the building consists
of columns projecting beyond cladding, the plinth area shall be taken upto the external face of
cladding (in case of corrugated sheet cladding outer edge of corrugation shall be considered)

b. Note: In case, a common wall is owned jointly by two owners, only hall the area of such walls
shall be included in the plinth area of one owner.

c. Shafts for sanitary, water supply installations, garbage chute, telecommunication, electrical,
firefighting.

d. Staircase: Main staircase, open spiral/service stair case/fire escape stair case etc.

i. 100 percent of the plan area of main/ service / fire escape stair 9enclosed in defined stair
hall and mumty at top)

ii. 50 percent of the plan areas of service/ fire escape/ open stairs (without any enclosure
around and mumty at top).

Note: Any type of steps, ladder/ cat-ladder, spiral/ flat, with or without sie guard rails created for
the purpose of approaching maccessible terrace or from terrace to top of bulk water storage tanks
or otherwise for maintenance purposes shall not account for plinth area.

e. In case of open verandha with parapet:

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-100
i. 100 percent areas for portion protected by the projection above, and

ii. 550 percent area for the portion unprotected from above.

f. In case of balcony projections with railing/ parapets:

i. 100 percent area of the balcony covered by projection above

ii. 50 percent area of the uncovered balcony

g. In case of alcove made by cantilevering a slab beyond external wall:

i. 25 percent of the area for the alcove of height upto 1 m.

ii. 50 percent of the area for alcove of heigh more than 1 m and upto 2 m, and

iii. 100 percent of the area for the alcove of heigh more than 2 m.

h. Area of mumty and machine rooms

i. Mezzanine floors shall be measured as different floor levels with deduction for lesser floor
heights than the standard heights.

3.2. The following shall not be included in the plinth area:

a. Area of loft

b. Area of architectural band, cornice, etc.

c. Area of vertical sun breaker or box louver projecting out and other architectural features, for
example slab projection for flower pot, etc.

d. Terrace

e. Open platform on ground

f. Towers, turrets, domes projecting above terrace level.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-101
Approval from Local Bodies/Authorities:

1. Agency will get the scheme approved from the local bodies/authorities wherever required before start
of the work and if required after completion of the work also. However, if modification is required in
any of the architectural drawings by any of the local bodies/authorities, the same shall be carried out
by the contractor at his own cost.

2. Obtaining mandatory approvals for obtaining the pre-construction and post-construction clearances
from all local bodies/ State & Central authorities/ Municipal Corporation, EIA (Environmental Impact
Assessment) clearance, fire clearance, forest clearance etc. for the complete works in scope of this
contract.

3. Approval from authorities required for commencing the work, execution of work & services and
handing over the assets as per latest Uttarakhand building Byelaws / Town & Country Planning (UK)
Byelaws with up to date corrections slips, necessary NOC from Airport Authority of India etc. and any
other statutory approval/ MCI/ Atomic Energy Regulatory Board, Archaeological Survey of India,
National Monuments Authority, Central Licensing Approving Authority etc. related to Project.

4. The contractor has to prepare all the documents as required and submit directly to the local
bodies/authorities with intimation to the office of Engineer in Charge. The contractor shall at his own
cost collect field samples and carry out all necessary tests required for submission of necessary
applications to Local bodies/authorities. The contractor has to comply with all relevant guidelines and,
if necessary, resubmit applications as required by the local bodies/authorities.

5. The contractor has to appoint at his own cost all consultants for obtaining local body approvals. The
statutory payments or fees for obtaining requisite clearances shall be paid by contractor himself.

6. Three final copies of the documents prepared shall be submitted to Engineer-in-Charge for record. All
the documents created out of the assignment will become the sole property of the Department.

7. The contractor shall obtain completion certificate after completion of the project from statutory local
bodies/authorities before handing over.

8. The Contractor will get the Building height clearance from Civil Aviation Department before approval
of drawings for the work and if required after completion of the work also.

9. The Contractor will get the scheme approved from fire department before approval of drawings at the
start as well as after completion of the work also.

10. The statutory payments to these agencies will be paid by the agency except the charges of HT Electrical
Service connection from local supply agency to the HT energy meter in the premises of the building
which will be initially paid by the contractor and reimbursed by the department to the contractor on
producing the proof of charges paid to the local concern agency.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-102
Planning, Design & Drawings:

1. Architectural planning of buildings & services including integration of services is in the scope of work
of the contractor. Conceptual Layout plan, Typical Floor Plans etc. of buildings are attached with this
bid document. These are only indicative just to give an idea regarding works. The successful bidder
will have to prepare all the detailed architectural drawings afresh as per the requirement of the client
and CPWD.

2. All design and drawings shall be prepared as per the conditions defined in the bid document, CPWD
Specifications, NBC-2016, IS Codes, MoRTH Specifications and Sound Engineering Practices.

3. The preliminary soil investigation and site survey report of the plot is provided in this bid document
for general information to the bidders, although this will not have any bearing on the rates quoted by
the bidders. The Successful bidder will be required to conduct a fresh digital site survey and detailed
soil investigation for determining safe bearing capacity, Spectrum analysis of soil including detection
of harmful chemicals for buildings pockets separately at his own cost for carrying out the structural
design of buildings, through reputed soil consultants approved by Engineer-in-charge for advising the
type of Cement to be used in foundation to take care of the harmful effects of the chemicals encountered
in the soil in contact with the foundation.

4. The contractor shall take all necessary precautions like filling of Sand in Pits or any other measures as
approved by Engineer-in-charge so that vibrations from the adjoining road are not transferred to the
structure. Nothing extra shall be paid on this account.

5. The Contractor shall prepare structural design & drawings of earthquake-resistant buildings in the
campus and obtain approval from CPWD after getting the design & drawings proof checked by "Any
reputed Government Engineering Institute like IITs / NITs etc." as approved by CPWD. All the design
and drawings shall be as per the latest relevant IS codes, NBC-2016, other relevant codes & Standards.

6. The services design and drawings including integrated services drawings shall be got proof-checked by
the Consultant as approved by CPWD. The service drawings shall be issued after approval of the same
by CPWD. If after approval of the drawings any modification in design/ drawings is needed as per site
conditions, or as desired by proof checking Consultant or by Engineer-in-charge, the Contractor shall
do/ redo the design without any extra cost. The decision of the Engineer-in-charge shall be final and
binding and NO claim whatsoever will be entertained in this regard.

7. The cost of all proof checking shall be borne by the Contractor.

8. A Design Basis Report (DBR) shall be submitted by the Contractor, which shall be approved by CPWD.

9. Design of buildings, services, fittings etc shall be as per minimum 4 STAR GRIHA rating.

10. Building shall be designed for differently-abled persons as per the latest norms of Central Govt.

11. The guidelines & regulation issued by National Disaster Management Authority for management of
building should also be incorporated in the design of building.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-103
12. Construction includes Civil, Electrical & Mechanical works and Services of internal Water Supply,
Sanitary Installation, External Development works, including earth filling (outside supply of good earth
in plot is considered and sample of good earth to be got approved from Engineer-in-charge before
supply of the same) up to PL, Drainage, Overhead Terrace Tanks & UG Tanks with fire pump room,
STP & ETP including treated water sump, Internal & External Electrical Installations, hydro-pneumatic
water pumps, dewatering pumps, water treatment & water softening plant, audio-visual conferencing
system, Fire Fighting, Automatic Fire alarm & PA system, Substation Equipment, DG set, UPS, HVAC
System, VRF/ VRV System, Mechanical Ventilation & Pressurization System, smoke extraction
system, Building Automation System, CCTV, LAN, EPABX, Nurse call/communications System,
Modular OT, Kitchen & Laundry Equipments, Medical Gas Pipe Line (MGPS), Pneumatic tube system,
Automatic Laundry & Waste management system, CSSD, TSSU, Curtain Track System, I.V. Tree
System, Boom Barrier, Lightning Conductor, Street Light, Illuminated Signages, Emergency lighting,
Lifts, Solar Water Heater System, Solar Power Plant etc. as mentioned in the part-C of the NIT in detail
and their execution complete as approved by the department.

13. Planning, designing and execution of all internal services like internal sanitary, plumbing, water supply,
drainage system etc. complete for the buildings planned including all its fittings, fixtures, testing etc.
complete.

14. Planning, designing and execution of all services like water supply, sewerage, drainage system, roads,
paths and all connected sub-structures and superstructures within the plot area as per approved
drawing/direction of Engineer-in-Charge. The cost of deficiency charges and rectifications of any
defect at the end of the job is also to be borne by the agency. The agency is required to develop external
service drawings as mentioned in scope of work.

15. Design, Supply, Installation, Testing and Commissioning of water supply pumps suitable to raise water
up to terrace tanks is covered under the scope of work and is required to be got approved by Engineer-
in-Charge.

16. Necessary provision for car parking in surface has to be provided while preparing the architectural
drawings as per latest Uttarakhand Building Byelaws.

17. Schematic layout plan, Concept drawings of buildings are attached with bidding documents. These are
only indicative just to give idea regarding works. The successful bidder shall appoint an architectural
consultant who in association with other specialized consultants shall prepare the architectural drawings
afresh considering the requirement of modern hospital building, residential buildings & non-residential
buildings with state of art technology. Consultation with CPWD / Client shall be done before submitting
the same for local body approval. Architectural Consultant shall incorporate all the suggestions and
modification as directed. Necessary detailed survey and soil investigation has to be carried out by the
successful bidder for co-relations data and results as indicated in the survey site plan, drawings & soil
investigation report as attached with bidding document. No claim about extra payment the change in
site condition or soil strata/bearing capacity / water table shall be entertained in future. No claim
whatsoever will be entertained in future in this regard.

18. Other Items which are not mentioned above but are essential considering functional requirements and
according to modern concept of building.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-104
Water supply, Storm Water Drain & Sewer line:

1. Water supply lines will be laid as per scheme prepared, submitted by the contractor and approved by
Engineer-in-charge.

2. Pipelines will be provided for supply of water using DUAL PLUMBING SYSTEM, i.e

2.1. One pipeline for supply of fresh water for drinking, washing, bathing, in toilets, kitchens, Wash
Basins /sinks.

2.2. Other pipeline for supply of STP/ETP treated water for W.C Flushing Cistern, Cooling Tower
& Horticulture purpose.

3. The waste water from bathrooms, toilets, canteen and other such area

4. Separate stacks of down take pipelines from tanks on terrace to each supply area for supply of treated
water from STP and fresh water. The surplus waste water is to be drained out in the main sewer line.

5. Separate Stacks of Sanitary lines shall be designed to collect the excreta from WCs and waste water
from toilets, washbasins / sinks and kitchens of the building which is to be collected and treated in STP
and the treated water is to be stored in separate underground sump, which shall be lifted through pumps
and collected in a separate overhead tanks.

6. Separate Stacks of pipeline shall be design to collect blood containing waste from labour room, OT
area and waste from labs etc. which shall be discharged in to the ETP.

7. Drainage system with storm water drains.

8. All plumbing i.e. water supply and drainage, sewerage and fittings as well as fixtures for points is in
the scope of work.

9. Any dead / live sewer line / water supply line / electrical line passing through the site shall have to be
removed / diverted/relocated to clear the site of any obstruction caused by such lines. Any approval
from the local authority for such action will also be taken by the bidder without any extra payment.

10. Separate overhead tank for domestic, flushing and fire requirement are to be provided.

11. Survey, investigation, design & construction of storm water drains, sewer line i/c connection to the
trunk sewer line /STP/nearest drain. Sewerage treatment plant, underground sump, overhead tanks are
included in the scope of work. It should be ensured that the wastewater should be collected in the
connection tank before the STP plant through gravity.

12. Survey, investigation, design and execution of dual water supply system of the whole campus including
fire-fighting system.

13. The soil and waste shall be carried down in separate independently vented pipes. Two pipe drainage
systems shall be adopted as per ASPE standard. The sanitary, waste and vent system shall be water-
tight and gas tight designed to prevent escape of foul gas and odour from various fixtures. Vent system
shall be designed to facilitate escape of gases and odour from all parts of sanitary and waste system to

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-105
the atmosphere at a point above the building and to allow admittance of air to all part of the system, so
that siphonage, aspiration or back pressure conditions do not cause loss of seal at traps. The Sewerage
System should be designed by the consultant as appointed by the contractor. Buildings are to be
connected with required manholes with the RCC NP2 pipe sewerage line so that sewerage of the
building should reach upto proposed STP/Main sewer line in most efficient manner. RCC NP-2 pipe of
minimum 200 mm dia shall be provided for smooth/healthy drainage system with proper slope as per
approved design. Size of pipe from gully trap to first manhole shall be minimum 150 mm dia.

14. Minimum capacity as per design comprising of firefighting reserve, domestic use and for treated water
from STP for flushing of WCs underground tank should be designed by the consultant as appointed by
the contractor & constructed including its connection with the water supply and firefighting line and
dual plumbing system for flushing of WCs in toilets with appropriate dia. Separate tank for treated
sewage water is to be design and constructed.

Execution of Works:

1. The cost of restoration of any services damaged by the agency during execution shall also be borne by
him.

2. Contractor shall bear expenditure for taking all necessary precautionary measures to safeguard against
any accident of the contractor’s employees, supervisory staff of CPWD and general public by providing
necessary safety equipment e.g. MS sheet Barricading as per local byelaws and as per NGT guidelines,
Personal Protection Equipment such as Helmets, safety shoes, safety Belts, Jackets, gloves, safety
Goggles etc. at work site.

3. Contractor shall bear expenditure for keeping the site clean of all debris, rubbish and dirt &
surplus/waste material all the time during the period of construction. It also includes maintenance,
cleaning & de-silting of the drains, pipelines etc. for all services executed by the agency to the entire
satisfaction of the Engineer-in charge during the defect liability period. Cleaning and de-silting of the
drains pipelines etc. for all services will also be done by the agency at the time of handing over the
complete hospital campus. The contractor shall comply to the requirements of solid waste management
Rule 2016 and make necessary provision in the building plan and campus layout.

4. The above scope of work includes cost of all materials, manpower, equipments, T&P fixtures,
accessories, royalties, taxes, watch & ward and all other essential elements for completion and
maintenance of works as aforesaid whatsoever. The approval accorded by CPWD before acceptance of
tender is only for tender evaluation. Any changes, modifications, revisions etc. required to be done by
CPWD, client, local bodies, proof consultants etc. in accordance with applicable standards and tender
document will have to be done at contractor’s cost and nothing extra shall be payable.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-106
Plinth level of different buildings shall be as follows:

Sl. Building Name Plinth Level (m) shall be Minimum foundation Depth (m)
No. measured from the top of final as measured from the top of
finished and consolidated Natural Ground Level based
Ground Level after earth filling upon the site survey report
attached with this NIT document.
1. Hospital Building 1.20 m 2.00 m
2. Residential 0.60 m 1.50 m
Buildings
3. Non-Residential 0.60 m 1.50 m
Buildings

Note:

1. Plinth Level shall be measured from the top of finished and consolidated Ground Level based upon
average of 06 points around the concerned building (04 points at corner & 02 points inside the building
envelope).

2. Foundation depth shall be measured from the top of Natural Ground Level the site survey report
attached with this NIT document based upon average of 06 points around the concerned building (04
points at corner & 02 points inside the building envelope).

Detailed Scope & Particular Specification of Works:

Detailed Scope & Particular Specification of Civil Works As per Part-B of this NIT

Detailed Scope & Particular Specification of E&M Works As per Part-C of this NIT

Detailed Scope & Particular Specification of Horticulture Works As per Part-D of this NIT

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-107
PART-B

DETAILED SCOPE & PARTICULAR

SPECIFICATIONS OF CIVIL WORKS

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-108
MINIMUM ACCEPTABLE SPECIFICATIONS
(CIVIL WORKS)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-109
Hospital Building (G+5): Minimum Acceptable Specification

Sl. No Item of work Specification (Hospital Building)


1 Foundation & As per structural requirement and design based on soil investigation,
Super Structure approved drawings, NIT conditions & latest relevant IS codes.
1.1 Foundation Foundation shall be RCC raft foundation/ Pile foundation system with
minimum M30 grade of design mix concrete and FE500D
reinforcement, centering, shuttering and support, as per approved
structural design & drawing based on detailed soil investigation report
& latest relevant IS codes & NBC-2016.
1.2 Plinth Filling
(a) Sand filling under With Local fine sand of river, 150mm thick in ground floor
floors/ Ramp
(b) PCC under floor/ 100 mm thick M10 grade lean concrete in batch mix/ RMC below
foundation foundation.
(c) RCC for plinth/ grid 125 mm thick RCC of minimum M30 grade of concrete shall be laid
slab at plinth level in ground floors with minimum 8 mm dia. TMT bars
(FE 500D) @ 200 mm c/c both ways.
1.3 Plinth Protection 900 mm wide with 100 mm thick M-25 grade concrete with nominal
TMT reinforcement of 8mm dia @ 300mm spacing in both ways
topped with 30 mm thick red/white sandstone over 75mm thick bed of
M-10 concrete with 75mm thick brick on edging laid lengthwise to
150mm depth and finishing the exposed brick work and concrete edge
with cement plaster etc complete.
2 Water proofing
treatment
2.1 Raft of Building Integral crystalline admixture for water proofing treatment @ 0.80%
(minimum) to the weight of cement content per cubic meter of
concrete) or higher as recommended by the manufacturer’s
specification in reinforced cement concrete all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
2.2 Raft foundation of 1.2 mm thick HDPE membrane + Integral crystalline admixture for
Under Ground RCC water proofing treatment @ 0.80% (minimum) to the weight of cement
Tank & Lift pit content per cubic meter of concrete) or higher as recommended by the
manufacturer’s specification in reinforced cement concrete all as per
Special Conditions of Contract and direction of Engineer-in-Charge.
2.3 Walls of Under Integral crystalline admixture for water proofing treatment @ 0.80%
Ground RCC Tank (minimum) to the weight of cement content per cubic meter of
& Lift pit (upto concrete) or higher as recommended by the manufacturer’s
ground) specification in reinforced cement concrete + a layer of 1.5 mm thick
double sided, modified bitumen waterproofing membrane with cross
laminated PE film over bonding slurry comprising of single-
component polymer modified cementitious adhesive (for wet

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-110
application on the retaining wall) + 8mm thick dimple board from
foundation till top of treatment of approved make to prevent the
damage of membrane during backfilling all as per Special Conditions
of Contract and direction of Engineer-in-Charge.
2.4 In sunken toilet, Providing and applying integral crystalline slurry of hydrophilic in
kitchen & balcony nature for waterproofing treatment all as per Special Conditions of
Contract and direction of Engineer-in-Charge.
2.5 On Roof/ Open Integral crystalline admixture for water proofing treatment @ 0.80%
Terrace (minimum) to the weight of cement content per cubic meter of
concrete) or higher as recommended by the manufacturer’s
specification in reinforced cement concrete + Elastomeric composite
Waterproofing and Insulation system consisting of PU puff insulation
with PU coating on mother slab & Puff insulation followed by Sun
Reflectivity Index (SRI) coating on top of concrete all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
3 Superstructure
3.1 Superstructure Building shall be G+5 floors earthquake resistant pre-engineered
composite steel framed structure as per approved structural design
based on IS codes, NBC-2016 & approved architectural drawings with
all members of structural steel which are not encased with concrete
shall be painted with vermiculite paint for minimum 2 hours fire rating
& all Pre-Engineered Structural Steel Sections shall be fabricated in
the factory & welding at site shall be avoided, all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
Structural steel @ 43kg/sqm or as per approved structural design
which ever is higher shall be used for construction of
superstructure. The above quantity is excluding the weight of
Deck sheet, nuts, bolts, and TMT Reinforcement.
Recovery @ Rs. 57.31/ kg shall be made in-case structural steel
used is less than 43 kg/ sqm.
3.2 Floor Slab Minimum 125 mm thick RCC of minimum M30 grade laid over
minimum 1 mm thick GI deck sheeting of Grade-350 (minimum yield
strength 350 MPa), 75 mm depth, 305 mm pitch, 910 mm cover width,
960 mm supply width, Zinc coating minimum 275 gsm, including
shear studs of 16 mm X 100 mm for RCC slabs as per specifications
including fixing the same as per approved structural design and
drawings based on IS Codes and NBC-2016. The GI deck sheet shall
be supported on main/ secondary structural steel beams to avoid any
deflection. The contractor shall take all necessary precautions to
prevent any bending in deck sheeting, all as per Special Conditions of
Contract and direction of Engineer-in-Charge.
3.3 Internal/ External
Walls

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-111
(a) All external walls Providing and laying autoclaved aerated cement (AAC) blocks
including staircase (confirming to IS 2185 part III of grade-II) masonary with 230mm
walls, lift lobby thick AAC block with approved block laying polymer modified
walls etc. adhesive mortar.
This includes providing and placing in position 2 nos. GI strip
20X1.75mm in every 3rd course of AAC block masonary. The strip
shall be bent 100mm along columns & fixed with column with
machine screwed all complete as per direction of Engineer-in-Charge.
RCC band of minimum 150 mm thickness at window sill level & lintel
level shall be provided as per direction of Engineer-in-Charge.
(b) Partition Walls / Internal walls (dry areas): Providing and laying autoclave aerated
Internal Walls cement (AAC) blocks (confirming to IS 2185 part III of grade-II)
masonary with 115mm thick AAC block with approved block laying
polymer modified adhesive mortar. This includes providing and
placing in position 01 nos. GI strip 20X1.75mm in every 3rd course of
AAC block masonary. The strip shall be bent 100mm along columns
& fixed with machine screwed to columns all complete.
Internal walls (wet areas): Providing 115 mm thick partitions will be
provided with fly ash brick masonry (class designation 7.5) with
cement mortar in ratio of 1:4 (1 cement: 4 coarse sand).
RCC Band: RCC band of minimum 150 mm thickness at window sill
level & lintel level shall be provided as per direction of Engineer-in-
Charge.
(c) Parapet Walls 1200 mm high, 150 mm thick parapet of RCC M30 grade of concrete
with 18 mm thick Granite stone coping fixed using Type-2 stone
adhesive shall be provided over roof, terrace and mumty. Finishing of
parapet wall towards slab side shall be with 12 mm cement plaster of
ratio 1:3 (1 cement: 3 coarse sand) coated with cement primer and
exterior premium acrylic emulsion while outside face shall have
finishing as per finishing of external schedule.
(d) Junction of Masonry 80 GSM Glass fibre mesh of approved make shall be provided on
& steel members junction of masonry and RCC surface, on both sides external and
internal walls.
(e) Shaft Opening Shaft will be covered with 18 mm thick WPC CNC cut jali fixed over
(outer) MS frame as per approved design and drawing in case of shafts
opening located on exterior face of building all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
(f) Shafts Opening All shafts opening inside shall be provided with door frame and shutter
(Internal) of minimum 60-micron polyester powder coated aluminium except the
opening of shafts for which fire door or other such doors are required.
Such shafts are to be provided with the door as per the provision in
NBC norms, as per fire requirement & design as approved by
Engineer-in-Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-112
4 Doors & Windows
4.1 Main entry doors Polyester powder coated (minimum 60 micron) Aluminium door
(double leaf) shutters of size 1500/ 2000 x 2100 mm with following minimum
fittings per door:
SS 304 100x 60x 2.5 mm barrel euro hinges of minimum 120 kg
capacity = 04 nos/ leaf.
SS 304 flush bolt of 600 mm with dust proof strike = 02 nos.
D type SS 304 tubular handle 19 mm dia x 200 mm center to center =
01 pair / leaf.
Slide arm/ Scissor arm type hydraulic Door closer of capacity 120 kg
with twin controls of swing and latch speeds = 01 no / leaf.
Heavy type PVC Door buffer 75 mm = 02 no.
Mortise dead lock with euro profile double cylinder & escutcheon,
with both side keys or one side key and other thumb turn as approved
with 3 keys= 01 no.
Glazing with 6 mm toughened glass with film in pattern as approved
by Engineer-in-charge.

Or
12 mm thick frameless toughnened glass doors of size 1500/ 2000 x
2100 mm with following minimum fittings per door:
Floor spring of minimum 120 kg capacity = 01 no. / leaf.
D type SS 304 tubular handle 19 mm dia x 200 mm center to center=
01 pair / leaf.
Mortise dead lock with europrofile double cylinder & escutcheon,
with both side keys or one side key and other thumbturn as approved
with 3 keys= 01 no.
Glazing with 12 mm toughened glass with film in pattern as approved
by Engineer-in-charge.
4.2 Entry doors (single 35 mm thick factory laminated wooden Flush door shutters of size
leaf) 1000x 2100 mm (pine wood block board construction) with minimum
1 mm thick laminate on both sides and PU painted on edges with frame
of 2nd class kiln seasoned and chemically treated teak wood section
frame (125/100x70 mm) as per approved design & drawings and &
direction of Engineer-in- charge following fittings per door single leaf:
SS-304 grade Ball bearing hinges = 04 nos.
Pair of SS 304 hollow D type lever handles on rose with Mortise latch
and lock (6 pin euro cylinder with one side keys and one side thumb
turn lever with 3 keys) with separate lever rose and escutcheon
(Minimum Lock body of 165 mm) = 01 no.
SS/Brass single rubber Door stopper = 01 no.
Heavy type PVC Door buffer 75 mm = 01 no.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-113
Slide arm/Scissor arm type hydraulic Door closer of capacity 80 kg
with twin controls of swing and latch speeds = 01 no / leaf.
Vision panel of minimum size 300 x 300 mm with 6 mm thick clear
toughened glass as per requirement.
4.3 Entry doors (double 35 mm thick factory laminated wooden Flush door shutters of size
leaf) 1350/1500/1800/2000 x 2100 mm (pine wood block board
construction) with minimum 1 mm thick laminate on both sides and
PU painted on edges with frame of 2nd class kiln seasoned and
chemically treated teak wood section frame (125/100x70 mm) as per
approved design & drawings and & direction of Engineer-in- charge
following fittings per door single leaf:
SS-304 grade Ball-bearing hinges minimum 120 kg capacity = 04 nos
/ leaf.
SS 304 flush bolt of 600 mm with dust proof strike = 02 nos.
D type SS 304 tubular handle 19 mm dia x 200 mm center to center=
01 pair / leaf.
Slide arm/parallel arm type hydraulic Door closer of capacity 120 kg
with twin controls of swing and latch speeds = 01 no / leaf.
Heavy type PVC Door buffer 75 mm = 02 no.
SS/Brass single rubber Door stopper = 01 no.
Mortise dead lock with europrofile double cylinder & escutcheon,
both side keys or one side key and other thumbturn as approved with
3 keys= 01 no.
Vision panel of minimum size 300 x 300 mm with 6 mm thick clear
toughened glass as per requirement.
4.4 Fire doors for Providing and fixing of ISI marked insulated fire check doors with 120
staircase, corridors, minutes fire rating with 30 minutes insulation all as per Special
lobby, exits etc. Conditions of Contract and direction of Engineer-in-Charge
4.5 Mumty Door Providing and fixing of ISI marked uninsulated fire check doors 120
minutes fire rating all as per Special Conditions of Contract and
direction of Engineer-in-Charge.
4.6 Toilet main door Factory made single extruded 35 mm thick WPC (Wood Polymer
Composite) solid both side decorative type flush door shutter
1000x2100 mm as per DSR-2021 Item no. 26.88 with edges PU
painted with factory made single extruded WPC (Wood Polymer
Composite) Frames of appropriate size & as per approved design &
drawings and & direction of Engineer-in- charge with following
fittings per door single leaf:
Pair of SS 304 hollow D type lever handles on rose with Mortise latch
and lock (euro cylinder with one side keys and one side thumb turn
lever with 3 keys) with lever rose and escutcheon (Minimum Lock
body of 165 mm) = 01 no.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-114
Slide arm/scissor arm type hydraulic Door closer of capacity 80 kg
with twin controls of swing and latch speeds = 01 no / leaf.
Heavy type PVC Door buffer 75 mm = 02 no.
SS/Brass single rubber Door stopper = 01 no.
SS-304 grade Ball bearing hinges= 04 nos
4.7 Toilet internal doors Factory made single extruded 35 mm thick WPC (Wood Polymer
(single leaf) Composite) solid both side decorative type flush door shutter 800 x
2100 mm as per DSR-2021 Item no. 26.88 with edges PU painted with
factory made single extruded WPC (Wood Polymer Composite)
Frames of appropriate size & as per approved design & drawings and
& direction of Engineer-in- charge with following fittings per door
single leaf:
Pair of SS 304 of hollow D type lever handles on rose with Mortise
bathroom lock with 55mm lockset, 24 mm foreend, 78 mm c/c with
toilet escutcheon with thumb turn and emergency release and indicator
on rose ring = 01 no.
Heavy type PVC Door buffer 75 mm = 01 no.
SS-304 grade Ball bearing hinges= 03 nos.
SS 304 Tower Bolt 250x10 (Extruded/ moulded type) = 01 no.
4.8 Sanitary shaft door Providing and fixing of ISI marked uninsulated fire check doors of
required size with 120 minutes fire rating all as per Special Conditions
of Contract and direction of Engineer-in-Charge.
4.9 Electrical room, Providing and fixing of ISI marked uninsulated fire check doors of
Electrical shaft, required size with 120 minutes fire rating all as per Special Conditions
UPS room, AHU of Contract and direction of Engineer-in-Charge.
Room & other E&M
related rooms
4.10 Doors for Physically Factory laminated sliding door (on top rail) made of single extruded
handicapped toilets WPC (Wood Polymer Composite) solid both side decorative type
flush door shutter of size 1000x 2100 mm with 30 mm thickness as
per DSR-2021 Item no. 26.88 with edges PU painted with SS/Nylon
rollers and guide at bottom and suitable locking arrangement from
inside with following minimum fittings:
SS/Nylon rollers of minimum 80 kg capacity with aluminium
guide/top rail and guide at bottom.
Pair of SS 304, D type Tubular handle of 19 mm/22 mm dia x 300 mm
c/c = 02 nos.
4.11 Main Entrance Automatic bi-parting sliding door operator of approved make with
Doors. minimum 10mm thick toughened clear glass shutters with aluminium
framing (60-micron powder coated), modular design, including
internal aluminium cover. The track profile should be separate from
main profile for better sound insulation and vibration, with automatic
operator, Microprocessor control panel, self-learning, reversing when

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-115
obstruction is encountered. Microprocessor- controlled control unit
with adjustable parameters for opening and closing speed, hold-open
time and opening and closing force. Class of protection IP 22. The
system shall have constant power supply 210V, 50/60Hz, for various
opening sizes all complete as per design and instructions of Engineer-
in-Charge.
4.12 Lead Lined doors Providing and fixing of hollow metal lead lined single / double leaf
for Radiology doors at all levels from certified manufacturer (detailed specifications
(Categorization as mentioned in the Special Conditions of Contract) as per direction of
per annexure-P1) Engineer-in-charge.
4.13 Grill in windows All windows shall be fitted with aluminium grill, with Standard solid
round/ square polyester powder coated (minimum 60 micron
thickness) aluminium sections confirming to IS: 733 and IS:1285 for
chemical composition and mechanical properties shall be used to meet
the architectural requirements and design for works as per as per
approved design and drawings and direction of engineer in charge.
Minimum weight of aluminium grill not less than 3.0 Kg/ Sqm.
4.14 Aluminium Prefabricated factory-made Aluminium casement cum fixed window
Windows & & ventilator system (Both glazed and wire gauge shutters with security
Ventilators with grill) in approved color and shade as per detailed specifications
Glazing (Factory mentioned in the Special Conditions of Contract as per direction of
Made window) Engineer-in-charge.
4.15 Acoustic Doors in Providing and fixing factory made 46mm thick double skin flush
Conference Room, pressed acoustic door of approved size and make made of 1.2mm GI
Seminar sheets both sides and shutter consist of Rockwool of 96kg/ cubic mtr
filled between 3 mm thickness of vinyl barrier with STC at 30Db
conforming to IS9901 (pt- 3) DIN52210 part 1 ASTM E 90 and tested
by CSIR national physical laboratory. The door shutter and frames are
primed with Zn Phosphate Stoving primer and finished with Pure
Polyester powder coating of thickness not less than 60 Micron
Complete as per the directions of Engineer in charge.
4.16 Internal Glass Providing and fixing of 60-micron polyester powder coated
Partition (Full/ Half/ aluminium glass partitions with 8 mm thick clear toughened glass and
Part Height) EPDM gaskets by using necessary connectors, screws. The glass joints
wherever required must be properly sealed with weather silicon to make the joint
as per approved watertight/ airtight. All work completed as directed by the Engineer in
drawings. charge.
4.17 Rolling Shutter at Supplying and fixing rolling shutters of approved make, made of
locations as per required size M.S. laths, interlocked together through their entire
approved drawings. length and jointed together at the end by end locks, mounted on
specially designed pipe shaft with brackets, side guides and
arrangements for inside and outside locking with push and pull
operation complete, including the cost of providing and fixing

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-116
necessary 27.5 cm long wire springs manufactured from high tensile
steel wire of adequate strength conforming to IS: 4454 - part 1 and
M.S. top cover of required thickness for rolling shutters.
4.18 Built in Cupboard as Providing and fixing factory made 18 mm thick single extruded WPC
per approved (Wood Polymer Composite) solid board one side white colour and
drawings: Shutter, other side of board laminated with PVC foil of minimum 14 micron
partition board & thickness of approved design pasted with hot melt adhesive for shutter
shelves etc. of kitchen cabinets of required sizes comprising of virgin polymer of
K value 58-60 (Suspension Grade), calcium carbonate and natural
fibers (wood powder/ rice husk/wheat husk) and nontoxic additives
(maximum toxicity index of 12 for 100 gms) having minimum
density of 650 kg/cum and screw withdrawal strength of 1800 N
(Face) & 900 N (Edge), minimum compressive strength 50 N/mm,
modulus of elasticity 850 N/mm and resistance to spread of flame of
Class A category with property of being termite/borer proof,
water/moisture proof and fire retardant and fixing with stainless steel
piano hinges/soft close clip on concealed hinges of required size with
necessary full body threaded star headed counter sunk S.S screws, all
as per DSR-2021 Item no. 26.89 & as per direction of Engineer-In-
Charge.
4.19 Built in Cupboard as Providing and fixing factory made 12 mm thick single extruded WPC
per approved (Wood Polymer Composite) solid plain white color board for backing
drawings: Backing of cup boards and bathroom/kitchen cabinets etc. of required size
comprising of virgin polymer of K value 58-60 (Suspension Grade),
calcium carbonate and natural fibers (wood powder/ rice husk/wheat
husk) and non toxic additives (maximum toxicity index of 12 for 100
gms) having minimum density of 650 kg/cum and screw withdrawal
strength of 1800 N (Face) & 900 N (Edge), minimum compressive
strength 50 N/mm2, modulus of elasticity 850 N/mm2 and resistance
to spread of flame of Class A category with property of being
termite/borer proof, water/moisture proof and fire retardant and fixing
with stainless steel screws etc. all as per DSR-2021 Item No. 26.90
and as per direction of Engineer-In- Charge.
4.20 Roller Blinds at all Providing and fixing of Roller Blinds comprising of optima screen free
window locations fabric with 5% openness composition of TPO 77% and Polyester 23%,
Fabric weight 440G+/-5% weight per sqm, Thickness 0.80mm, Fire
resistance standard – NFPA 701 PASS. The breaking strength (N/5
cm) WP: 1703 and WF: 1397 and colour fastness – Blue scale GRADE
8 and UV-resistance Grey Scale GRADE 4. The anti-bacteria AATCC
100: PASS and Antifungal ASTMG-21: GRADE 1.
Elongation at break (%) WP: 32% and WF: 26%. The control clutch
drive unit engineered heavy duty chain drive pulley operating system

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-117
consisting of gear clutch housing and locking plug containing
minimum 6 ribs and inserted at minimum of 37mm into roller tube.
It is self-lubricating Exclusive clutch with safety pins for secure
bracket installation and unlocking pin for quick manual removal.
Universal clutch is most convenient for large windows down to the
smallest windows. It shall be driven by a ball chain pulley with ball
chain and can be positioned at Right hand or Left-hand side of the
shade. Clutch gear ration 1.75:1 for reduced operating force on larger
blinds. Tube bearing plug idler Exclusive self-lubricating spring
loaded plastic bearing end plug with positive locking wheel allows for
adjustment and provides for a secure installation and removal of
shade. Tube bearing plug contain minimum 6 ribs and inserted a
minimum of 37mm into roller tube. Mounting hardware brackets
universal brackets including end plug bracket with lock down retainer
device. Brackets finish of powder coated metal installation brackets
made of stamped and hardened steel with 46mm projection for wall,
ceiling and side fitting with screws and end cap covers. Roller tube
circular-shaped aluminium tube extruded from alloy 6060 and temper
T66– EN755 of 37mm inside diameter and outside diameter 40.2mm
extruded tube to have a 1.6mm wall thickness with standard anodized
natural finish. Heavily reinforced with minimum six internal ribs
providing additional tensile strength and allows for secure placements
of clutch and end plug. Bottom rail flat-shaped extruded aluminium
from alloy 6060 and temper T66– EN755 of dimension 13mm * 30mm
and wall thickness of 1.5mm and weight of 390g/m. Rail standard
finish of powder coat white colour and provided cover. Ball chain shall
be 2mm diameter cord with 4.5mm diameter acetal balls moulded
coaxially to it on 11.8mm pitch to form an endless ball chain. It is used
for raising or lowering action of the shades. Plastic parts all plastic
components are UV- stable compounds and of approved colour. All
work completed in all respects as per manufacturer's specifications &
direction of Engineer-in-charge.
4.21 Reception Counters, Reception counters wherever shown in conceptual drawings and as
Nursing Stations & approved by Engineer in charge shall be provided with 12-20 mm
other Counters for thick solid quartz surface (ceasarstone/ terra) in all colours and shades
public dealing over 12 mm thick Boiling Water Proof (BWP) grade HDF board of
minimum density 1000 and MS tubular supporting frame PU painted
after sand blasting. All exposed horizontal and vertical surfaces shall
be cladded with 12-20 mm thick solid quartz surface (ceasarstone/
terra) seamlessly jointed, edge moulded with 50 mm wide vertical
facia as per directions of Engineer in charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-118
5 Flooring Floor level shall be maintained during casting of RCC slab to
accommodate the various type of flooring level, no extra payment
shall be made for this.
5.1 Consultation 800 x 800 mm/ 600 x 1200 mm full body vitrified antibacterial tiles
Rooms, Treatment (Nano Coating) of approved make conforming to IS: 15622, in all
Rooms, Offices, colours and shades, laid with 3 mm spacers and using 6 mm thick Type
Wards, Labs, 2 adhesive including grouting the joints of floor tiles with antibacterial
Stores, Change epoxy grouting of desired shade.
Room.
(Categorization as
per Annexure-P)
5.2 Lift Lobby Areas, Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
Reception, Waiting black galaxy, telephonic black, black pearl pre-polished granite fixed
Areas, Corridors, with Type 2 stone adhesive & pointing with white cement slurry
Staircases, Nurse admixed with pigment of matching shade in required design and
station, Sterile area patterns all complete as per the approved drawings & as approved by
(Categorization as Engineer-in-charge. The size of granite slabs should not be less than
per Annexure-P) 1200 mm x 600 mm along with border not less than 150 mm width.
5.3 Electrical Room Kota stone flooring minimum 25 mm thick with 100 mm wide marble
(Categorization as strips as per pattern over a bed of 20 mm thick cement mortar of ratio
per Annexure-P) 1:4 (1 cement: 4 coarse sand). The size of kota stone shall not be less
than 600x600 mm + Providing and fixing of 2mm thick PVC flexible
homogeneous compacted anti-static floor covering of size 2mtrs x 20
mtrs. having total weight 3200 g/m2 of European make (detailed
specifications mentioned in the Special Conditions of Contract) as per
direction of Engineer-in-charge.
5.4 Radiology, USG, Providing and fixing of 2mm thick PVC flexible homogeneous
(Categorization as compacted anti-static floor covering of size 2mtrs x 20 mtrs. having
per Annexure-P) total weight 3200 g/m2 of European make (detailed specifications
mentioned in the Special Conditions of Contract) as per direction of
Engineer-in-charge.
5.5 HDU/ ICU, OT Providing and fixing of 2mm thick PVC flexible homogeneous
(Categorization as compacted ESD (Electrostatic Discharge) floor covering of size 2mtrs
per Annexure-P) x 20 mtrs. having total weight 3400 g/m2 of European make (detailed
specifications mentioned in the Special Conditions of Contract) as per
direction of Engineer-in-charge.
5.6 Toilets, Kitchen 600x600 mm or more size full body vitrified unglazed tiles with floor
(Categorization as slip rating R11 as per DIN standard (thickness to be specified by the
per Annexure-P) manufacturer) with water absorption less than 0.08% and conforming
to IS: 15622, of approved make, in all colours and shades, laid with 3
mm PVC spacers and using 6 mm thick Type 2 adhesive including
grouting the joints of floor tiles by using epoxy grout of desired shade.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-119
5.7 Conference Room Providing & fixing in position Phenol bonded Bamboowood flooring
(Categorization as with planks of sizes 14mm thick, minimum 1800mm length and
per Annexure-P) minimum 100 mm wide, in approved colour, texture and finish as per
DSR-2021 item no. 26.1, over CC flooring as approved by Engineer
in charge.
5.8 Ramps, toilets for Minimum 18 mm thick granite sand blasted finish/ lappato finish/
differently abled leather finish of Jet Black, Cherry red, Elite brown, lakha red, black
people galaxy, telephonic black, black pearl (pre-polished) of approved shade
as decided by Engineer in charge with a combination of Tactile tiles
(14.9 mm thick) & use of Braille Signages as per CPWD specifications
and approved drawings & direction of Engineer-in-charge.
5.9 Windows Sill, Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
Ventilator Sill & black galaxy, telephonic black, black pearl pre-polished granite (in
Window Jambs single piece) with pre moulding / nosing, fixed with Type-2 stone
adhesive as approved by Engineer-in-charge.
5.10 Tactile Tile Providing and laying tactile tile (for vision impaired persons as per
standards) of size 300x300 mm and approved thickness having water
absorption less than 0.5% and conforming to IS:15622 of approved
make in all colours and shades for outdoor floors such as footpath,
court yard, multi modals location etc., laid on 20mm thick base of
cement mortar 1:4 (1 cement : 4 coarse sand)/ adhesive, as per
direction of engineer-in- charge in all shapes & patterns including
grouting the joints with white cement mixed with matching pigments
etc. complete as per direction of Engineer-in-Charge.
6 Skirting/ Dado
6.1 Consultation Specifications for materials of skirting will be same as for flooring
Rooms, Electrical with matching joint pattern and should be of 150 mm height or as
Room, Labs, decided by Engineer-in-charge.
Offices, Stores,
Treatment Rooms,
Change Room
(Categorization as
per annexure-P1)
6.2 Corridors, Nurse Height of dado shall be 1200 mm with 18 mm thick granite Jet Black,
station, Reception, Cherry red, Elite brown, lakha red, black galaxy, telephonic black,
staircase, Waiting black pearl pre-polished granite along with the granite double
Areas, Sterile area moulded nosing on top with pre polished double moulded edges
(Categorization as projecting (15 mm) from dado stone and embedded in wall. Joints of
per Annexure-P) two stones in cladding shall be V- Grooved using 6 mm chamfering/
bevelling of edges on both faces and polishing the same including
fixing the same on walls with high strength polymer modified Type-3
stone adhesive.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-120
6.3 Lift Lobby Lift wall shall be finished with minimum 18mm thick polished granite
(Categorization as cladding Jet Black, Cherry red, Elite brown, lakha red, black galaxy,
per Annexure-P) telephonic black, black pearl pre-polished granite upto ceiling / false
ceiling height fixed on walls with high strength polymer modified
Type-3 stone adhesive as per direction of Engineer-in-charge. Joints
of two stones in cladding shall be V-grooved using 6 mm chamfering/
bevelling of edges on both faces and polishing the same.
6.4 Toilets, Kitchen Dado upto false ceiling/ ceiling height shall be done with Ist quality
(Categorization as ceramic glazed Digital Concept Series wall tiles of minimum size 300
per Annexure-P) mm X 600 mm conforming to IS: 15622 (thickness to be specified by
the manufacturer), of approved make in all colours, shades as
approved by Engineer-in-Charge & fixed using Type-3 tile adhesive.
6.7 Conference Acoustical wall panelling with cladding of walls with Fabric cladded
(Categorization as glass wool acoustical panels of 25 mm thickness above 7 feet from
per Annexure-P) floor level upto ceiling/ false ceiling and prelaminated HDF based
perforated acoustic panels fixed on GI sections upto 7 feet from floor
level including GI metal framing as per direction of engineer in
charge.
6.8 Ward, HDU/ ICU, Specifications for materials of wall lining/ dado will be same as for
OT, Radiology, flooring with matching joint pattern and should be of 1500 mm height
USG, Wards or as decided by Engineer-in-charge.
(Categorization as
per Annexure-P)
7 PLATFORMS
7.1 Platform in Labs, Minimum 18 mm thick Granite slab Jet Black, Cherry red, Elite
Wards. brown, lakha red, black galaxy, telephonic black, black pearl gang saw
cut mirror polished (pre-moulded and pre- polished) machine cut for
platforms of approved size including facia in shade, colour and texture
including rubbing, moulding and polishing to edge to give high gloss
finish etc. using high strength polymer modified Type-2 stone
adhesive and supported over 75 mm thick RCC slabs and vertical 100
mm thick cement concrete masonry, complete as per approved
drawing and as per direction of Engineer-in-Charge.
7.2 Counter for wash Granite slab 18 mm thick Jet Black, Cherry red, Elite brown, lakha
basin red, black galaxy, telephonic black, black pearl granite gang saw cut
mirror polished (pre-moulded and pre- polished) machine cut of
approved size, shade, colour and texture laid over base cement mortar
with joints treated with epoxy grout, mixed with matching pigment,
epoxy touch ups, including rubbing, moulding and polishing to edge
to give high gloss finish etc. fixed with Type 2 stone adhesive
supported over minimum 50 mm thick RCC cantilever platform as per
approved drawings & as per direction of Engineer-in-Charge.
8 Staircase

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-121
8.1 Landing, Tread Minimum 18 mm thick granite sand blasted finish/ lappato finish/
leather finish of Jet Black, Cherry red, Elite brown, lakha red, black
galaxy, telephonic black, black pearl (pre-polished) of approved shade
as decided by Engineer in charge as per CPWD specifications and
approved drawings. Single piece granite stone slab shall be provided
in treads with 18 mm pre-moulded double nosing.
8.2 Riser Minimum 18 mm thick single piece polished granite of Jet Black,
Cherry red, Elite brown, lakha red, black galaxy, telephonic black,
black pearl pre-polished granite of approved shade as decided by
Engineer in charge shall be used for risers.
8.3 Railing in staircase / 1.2 meter high railing with the provision of additional hand rail to
Ramps facilitate the differently abled persons wherever required, with 304
grade stainless steel (matt finish/ brushed steel finish) of 50 mm dia.
& 15 gauge thick handrail with adequate rods parallel to handrail,
balusters, flanges, end caps, newel posts with caps etc. complete as per
approved drawing and direction of Engineer–in–charge. Railing shall
be side mounted/ floor mounted as per directions of Engineer in charge
using modular mountings. Minimum weight of railing unit should not
be less than 18 kg/sqm in corridors and 15 Kg/sqm in other elevational
area. The manufacturing of stainless-steel railing should be modular/
knock down type.
9 Expansion Joint The vertical & horizontal expansion joints shall be kept keeping in
mind the seismic requirement as per the relevant BIS code, NBC-2016
and CPWD Specifications of designed width and as per DSR 2021
item no 5.44, 5.45, 5.46 for floor, wall and roof. Moisture barrier
membrane in shape of 1.1 mm thick EPDM membrane shall be
provided along full length/height of all such joints and fixed with
epoxy adhesive for making such joints watertight. Adequate provision
shall also be made to drain out the water collected on this membrane.
10 Rainwater Pipes All the Rainwater pipes including their fittings shall be unplasticized
Rigid UPVC rainwater pipes of minimum 160 mm dia, conforming to
IS: 13592 Type A, exposed on walls/ in the shafts to be executed as
per CPWD specification 2019.
11 False ceiling
11.1 Radiology, USG, Providing and fixing false ceiling at all heights with integral densified
Sterile Area, calcium silicate reinforced with fibre and natural filler false ceiling
Consultation tiles of Size 595x595mm of approved texture, design and patterns as
Rooms, Treatment per DSR-2021 item no. 26.22.2
Rooms, Stores,
Kitchen
(Categorization as
per Annexure-P)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-122
11.2 Conference, Providing & Fixing Suspended false ceiling system with anti-bacterial
Reception, Waiting & anti-microbial Bioguard coating over 19mm thick Acoustics
area, Wards, OT, Tegular Edge mineral fibre tiles with 24mm face exposed grid &
HDU/ICU, Offices minimum NRC value of 0.7 as per Special Conditions of Contract and
(Categorization as direction of Engineer-in-Charge.
per Annexure-P)
11.3 Nurse Station, Providing and fixing of Aluminum Panel Ceiling manufactured as per
Corridors, Lift approved RAL shade by architect, consisting of panels 300 mm wide
Lobby x 31mm deep Plain panel desired length up to 6mtr. Shall be fabricated
(Categorization as 0.70mm thick Roll formed from enameled Corrosion Resistance
per Annexure-P) Aluminum alloy AA 3105 for higher strength and good Roll Forming
characteristics with beveled edges, with Anti-microbial 60-micron
powder coating activity using Test Based on MOD ISO 22196:2011.
Powder coating test result should pass, Pencil hardness ASTM D3363-
05, Scratch resistance ISO 1518-1/ SIS 83 91 17, Impact resistance
ASTM D2794, Resistance to neutral salt spray ASTM B117,
Resistance to humid atmospheres ISO 6270-2, Adhesion ISO 2409,
Expected durability of the antimicrobial effect: 25+ years according to
an accelerated test. Two sides of each panel to be raised and piped and
stopped / demounting of individual panel. Panel shall be clipped to a
baked enameled Aluminum Panel Carrier of 34.5mm wide x 63mm
Deep made of 0.95mm thick in standard lengths of 5mtrs made of
Double baked enameled Aluminum Alloy AA 3105 (Al.Mg) Black
colour with cut outs to hold the panels in a module of 300mm at a
distance of 1.2mtrs c/c. The panel carrier shall be suspended by means
of G.I. suspension rod 4mm diameter and galvanized spring clip at a
distance of 1.5 mtr. c/c. Mode of Measurements: Measurements shall
be wall to wall without deductions for Lights, diffusers, columns etc.
11.4 Toilet, Labs, False ceiling of plain powder coated aluminium metal clip-in false
Change Room, ceiling of size 600x600 as per DSR-2021 item 12.54.1 suspended with
Other wet Areas and 8 mm dia GI threaded rods all as per Special Conditions of Contract
under AC ducts and direction of Engineer-in-Charge.
12 Finishing
12.1 Plastering on walls 1. 15mm thick plaster with polymer modified ready mix plaster of
(External) fine grade Portland cement, graded sand and polymers with water
soluble additives as per manufacturer’s specification of approved
make and as per direction of Engineer-in-charge complete and
applying cement based wall putty before painting.
2. Providing Geo-synthetic fibre mesh of 300 mm width at the
junction of dissimilar materials before plastering on inner and outer
side of junctions.
3. Necessary drip course shall be provided in all Chajja, Balcony,
Projecting Roof, Beams etc.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-123
12.2 Plastering on walls On internal walls- Wet areas: 12 mm/ 15 mm thick plaster with
(Internal): polymer modified ready mix plaster of fine grade Portland cement,
graded sand and polymers with water soluble additives as per
manufacturer’s specification of approved make and shall be provided
after fixing glass fibre mess (80 GSM) as per CPWD &
Manufacturer’s Specifications and as per direction of Engineer-in-
charge complete and applying cement-based wall putty before
painting.
On internal walls- Dry areas: 12 mm/ 15 mm thick gypsum plaster
(as per DSR-2021 item no. 13.78) shall be provided after fixing glass
fibre mess (80 GSM) as per CPWD & Manufacturer’s Specifications.
Glass Fiber Mesh: Providing Geo-synthetic fibre mesh specification
to be of 300 mm wide in the junction of dissimilar materials before
plastering on inner and outer side of junctions. Necessary glass fibre
mesh (80 gsm) shall be provided, if required, over chases of electrical
conduit and concealed pipeline and shall be neatly finished.
12.3 Internal finishing 1mm cement-based wall putty, one coat of cement primer, two or more
coats of premium plastic emulsion paint with low VOC of approved
make and as per direction of Engineer-in-charge.
12.4 External finishing The external finishing of the building will be done using different
finishing materials as detailed below. The approximate percentage of
the area to be covered by these materials is also indicated as below:
i. Texture Paint: Providing and laying weather and Ultraviolet
Resistant, Water Repellent, Dust, Dirt and Stain Resistant, Fungus and
Algae Resistant natural Granite texture (100% Natural crushed
Granite mixed with ceramic) of approved make. 01 coat of Acrylic
primer mixed with wall sealer diluted with water in the ratio 1:1:1 (1
primer : 1 wall sealer : 1 water) after check of minor repair. 1st coat of
Granite Chips Texture to be applied with Trowel/ Spray (as required)
of approved shade (attainable thickness: 1.0mm). 2nd Coat of Granite
chips Texture of same shade to be applied with spray over the 1st coat
of texture (attainable thickness: 1.0mm). Total final thickness should
be minimum 2.0mm. Finally two coats of water based acrylic
protection coat to be applied with roller/ brush to make surface streak
resistance. Minimum warranty on texture paint shall be 05 years
= 65%.
ii. Structural glazing: In corner staircases of the building along with
openable panels as per DSR 2021 item no. 25.1 to 25.4 (item is all
inclusive of all frameworks, designing, testing, fabrication, supply of
aluminium and glass) requirement of NBC-2016. Approximate
quantity of structure glazing = 10%.
iii. Terracotta tiles: Terracotta tiles of minimum 18 mm thickness,
Length 1200 mm, Height 300 mm. The tiles would be back ventilated,

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-124
with self-draining open joint system. Tiles shall be double-leaf
construction and have labyrinth top and bottom returns to prevent easy
water access behind tiles............(as per para below 12.5) = 20%.
iv. High pressure laminate: Providing and fixing 10mm thick Suede
Finish Greenlam, or equivalent exterior grade Clad (High Pressure
Laminates) made up of 1300mm x3050mm in size and manufactured
under EN438-2&3: 2005-2016 standard. CLAD should made with
GLE Technology & Double Layer UV Protection process under high
pressure, thermosetting Phenolic resin treated Exclusive & Certified
Exterior Grade Decorative paper (UV Resistant) on both side with
high grade Kraft paper in between. Both the decorative and Kraft
paper to be made of Virgin Pulp. Clad should be resistance to water
immersion characteristic with permissible increase on thickness and
mass <0.60% and have density >1.35G/cm3, UV resistance on Grey
scale measurement will be measured ≥ 4, with Conforming 8.1 to latest
and applicable EN 438-6: 2016 EDF Grade quality standards. The
product must also conform to European Fire Retardant norms of
Bs1d0 when classified in accordance with EN 13501-1: 2007. The Fire
Retardant Additive must be Halogen free in order to protect
environment. Greenlam or equivalent exterior grade CLAD have
standard property of Moisture resistant, Impact resistant, termite
resistant, Scratch resistant, Weather and climatic shock resistant high
pressure thermosetting resin treated balanced compact laminates Clad.
A Green product with Green Guard Gold certification where the VOC
emission level is less than 0.22 PPM. Anti-bacterial and Anti-termite
property under JIS Z2801:2000. Finish and colour of compact
laminates should be finalized under direction of Engineer -in-charge.
= 5%
12.5 Terracotta Tile Terracotta tiles 20 mm thickness, maximum length: 1500 mm, height:
Cladding 500 mm. The tiles would be back ventilated, with self-draining open
joint system. Tiles shall be double-leaf construction and have labyrinth
top and bottom returns to prevent easy water access behind tiles. Water
absorption to be in between 3% to 6% conforming to ISO 10545-3,
average bending tensile strength of tile ≥ 18mm shall be ≥ 4500N
conforming to ISO 10545-4, Freeze / Thaw resistance conforming to
ISO 10545-12, Chemical resistance conforming to ISO 10545-13,
Modulus of rupture shall be ≥16MPa conforming to ISO 10545-4,
resistance to thermal shock shall be conforming to ISO 10545-9,
Chemical resistance shall be no less than ULB level conforming to
ISO 1054513, Resistance to stains shall be conforming to ISO 10545-
14. The tiles shall be of approved Colour and finish. The tolerance
allowed in length is ± 1mm, height of front side is ± 2mm, height of
back side is +2mm & - 3mm, thickness is ± 1.5mm, straightness of

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-125
side is ± 2mm, vertical flatness is ± 2mm, diagonal flatness is ± 2mm
as per ISO10545-2.
Aluminum support system: The support system consists of extruded
Anodized Aluminum vertical Full T-& Half T Tracks of Alloy
6063T5. The dimension of T Tracks would be 102X53X2 mm and
maximum length of 5000 mm. A vertical black PVC gasket (max.
length 5000 mm) would be slide on the T-Track between two tiles at
vertical joint for proper alignment and extra support. The T-Track is
to be mounted on extruded anodized Aluminum dead-load and wind
load Wall Bracket of Alloy 6063T5. The dimension of it would be
100/120 X 70/90 X 50 X 4 mm. The extruded Aluminum Clips of
Alloy 6063T5 and thickness 2mm would be fastened on the pre-
punched T Track on which the Terracotta tiles are to be mounted. The
vertical aluminum T-tracks with gaskets and tile clips shall serve to
hold Terracotta Pure Natural Clay tiles. The Clay tiles will be resting
on a double bulb rubber gasket fixed to the Aluminum extrusion clips
to enable the tiles to have expansion contraction movement. System is
designed to accommodate thermal movement. Terracotta tiles shall be
removable, without breakage or disruption to adjacent tiles. The clips
shall be concealed.
Fastening devices: stainless steel screws, anchor fasteners, nut & bolts
all complete. The basic design of the aluminum support system for
TILES must be based upon the open ventilated facade principle.
Building components must be designed to accommodate imposed
loads from the aluminum support system and terra cotta tile. Building
components must be designed so their deflection under imposed
loading will not cause deflection of aluminum support system of
exceed specified tolerances.
12.6 Primer on wood Primer coat shall be provided on all woodwork and steel work as per
work & steel work CPWD Specification as per direction of Engineer-in-charge.
12.7 Painting on wood PU polish of exterior grade (in 3 of more coats to achieve a superior
work & steel work finish) over prepared surface of teak wood & decorative veneer
surfaces & enamel paint on steel surface as per manufacturers
specifications.
13 INTERNAL
SANITARY,
WATER SUPPLY
INSTALLATIONS
13.1 EWC Assembly Wall mounted EWC with concealed cistern (with internal fittings) &
(75% toilets) dual push plate including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-126
Each EWC assembly shall be with following minimum number of
fittings of approved make:
• CP brass health faucet (01 no.) with minimum 1 metre SS
braided connection hose.
• CP brass angle valve (02 nos)
• CP brass Bib cock long nose (01 no.)
13.2 Indian WC Orissa pattern Indian WC with PVC cistern (with internal fittings)
Assembly with flush bend including all accessories complete in all respect as per
(25% toilets) approved make list, architectural drawings and direction of Engineer-
in-Charge.
• Each WC assembly shall be with following minimum number of
fittings of approved make:
• CP brass Bib cock long nose (01 no.)
• CP brass angle valve (01 no.)
13.3 Wash basin Under counter oval / rectangular shape wash basin including all
assembly accessories complete in all respect as per approved make list,
architectural drawings and direction of Engineer-in-Charge.
Each wash basin assembly shall be with following minimum number
of fittings of approved make:
• CP brass basin mixture (pillar type) (01 no.)
• CP brass angle valve (01 no.)
• CP brass bottle trap (01 no.)
• CP waste jali of required size (01 no.)
• CP brass Soap dish (01 no.)
13.4 Bath fittings Each bath assembly shall be with following minimum number of
assembly fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
• 3-in-1 wall mixture with provision of hot & cold water and shower
(01 no.).
• CP brass Shower rose minimum 100 mm (square/ round) with
shower arm (01 no.).
• CP brass angle valve (02 nos.)
• CP brass floor trap jali (01 nos).
• CP brass towel rail (01 no)
• Corner glass shelf (01 nos.)
• CP brass Robe hooks (01 nos)
13.5 Kitchen Fittings Each kitchen area shall be with following minimum number of fittings
including all accessories complete in all respect as per approved make
list, architectural drawings and direction of Engineer-in-Charge:
• Stainless steel AISI 304 (18/8) Kitchen sink as per IS 13983 with
drain board with minimum size 510x1040x250mm.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-127
•CP brass sink mixture (pillar type) with provision of hot & cold
water (01 no.).
• CP brass angle valve (05 nos, for sink, geyser & RO)
• CP brass bottle trap (01 nos.)
• CP brass floor trap jali (01 nos).
• CP brass bib cock long body (01 no for utility area).
13.6 Urinal assembly for Each urinal assembly shall be with following minimum number of
common toilets fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
• Urinal bowl with CP brass waste jali (01 no)
• Frosted toughened glass partition of standard size for urinal on
both side (02 nos).
• Concealed cistern with internal fittings (01no)
• Urinal sensor with SS plate (01 no).
• CP brass bottle trap (01 no).
13.7 Mirror Float mirror of 6 mm thickness with bevelled edges above counter of
each wash basin slab has to be provided with 8 mm thick HDF backing
and to be covered with decorative type PVC laminated beading 50 mm
wide all-around the mirror.
13.8 Soil, waste & vent All the sanitary pipes including fittings shall be Hubless centrifugally
pipes and fittings cast (spun) iron pipe epoxy coated inside & outside as per IS: 15905
exposed on walls and suspended below slabs using pre painted angle
iron clamps with GI threaded rods of 10 mm dia and fixed over GI Z
clamp (along with threaded U clamps) of minimum 3 mm thickness of
appropriate size in the shafts to be fixed with appropriate capacity GI
wedge type metal fasteners.
All CI to be painted with 2 or more coats of enamel paint of approved
colour and brand as per direction of engineer in charge. 90 degree
bends to be avoided and to be provided with Y, YT, 45 degree bends
and large radius bends in case of junctions, change of alignments.
Sufficient cleanout plugs to be provided in each line and all traps to be
provided with self-cleansing P trap/floor trap of minimum 100 mm
dia. Joints of pipes to be provided with SS 304 grade coupling with
EPDM gasket as per CPWD specifications and manufacturer’s
specifications.
Wherever S&S joints are required, same to be provided with drip seal
of NECO as per manufacturer specifications. Minimum dia of all such
hubless pipes and fittings shall be 100 mm irrespective of design.
Testing of joints to be conducted as per approved design & as per
CPWD Specification 2019

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-128
13.9 Painting of CI Pipes 2 or more coats of Synthetic enamel paint over a coat of zinc oxide
(a) Exposed on rich primer.
buildings
13.10 Manhole Minimum size of 90x80x45 cm and 120x90x100 cm, Circular
Manholes exceeding 1.5 m depth as per CPWD specifications at a
spacing not exceeding 10 metres, besides manhole at every junction,
change of alignment and gradient with SFRC cover and frame of HD-
20 tonne category. Vertical stack of waste water and other drainage
except soil pipe shall discharge in to SW gully trap with chamber and
cover (as per CPWD specifications) of 150 mm dia which shall further
discharge into nearest manhole.
In sub-soil or adverse soil conditions, manholes & encasing pipes shall
be as per approved credible structural design to avoid sinking and
settlement of lines/manholes.
Note: Orange colour safety foot rest of minimum 16mm thick plastic
encapsulated to be provided complete as per IS: 10910.
13.11 Pipe between RCC NP-2 pipe of minimum 200 mm dia shall be provided for
manhole & service smooth/ healthy drainage system with proper slope as per approved
manhole design, CPWD specifications, IS codes and NBC-2016 Norms. Size
of pipe from gully trap to first manhole shall be minimum 150 mm dia.
13.12 Chambers for: Brick masonry chambers of appropriate size with C.I. surface box
a) Sluice Valve complete as per CPWD specification.
b) Fire Hydrant
13.13 Thrust Blocks CC 1:2:4 (1 Cement: 2 Coarse sand: 4 graded stone aggregate 20 mm
nominal size).
14 Water supply line
14.1 External pipeline Providing and fixing (minimum 54 mm outer dia or as per plumbing
design) Stainless Steel pipe and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of joints
complete as per DSR-2021 item No. 18.85A & direction of Engineer-
in-charge. This item includes all fittings and fixtures required for
making the pipe line functional as per DSR-2021 item No. 18.85 to
18.105 & nothing extra shall be paid on this account.
14.2 Internal piping Internal Work (Exposed on wall):
Providing and fixing Stainless Steel pipe (minimum 22 mm outer dia
or as per plumbing design) and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of joints
complete as per DSR-2021 item No. 18.85A & direction of Engineer-
in-charge. This item includes all fittings and fixtures required for

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-129
making the pipe line functional as per DSR-2021 item No. 18.85 to
18.105 & nothing extra shall be paid on this account.
Internal Work (Concealed i/c Hot Water & Dual Plumbing):
Providing and fixing Stainless Steel pipe (minimum 15 mm outer dia
or as per plumbing design) and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of joints
complete as per DSR-2021 item No. 18.86A & direction of Engineer-
in-charge. This item includes all fittings and fixtures required for
making the pipe line functional as per DSR-2021 item No. 18.85 to
18.105 & nothing extra shall be paid on this account. Hot water
plumbing to be provided in toilets with same pipe and to be covered
with glasswool / rockwool insulation of 32 density before concealing.

Contractor shall arrange adequate equipment for testing pressure


before application overlay finishing.
15 Over Head Tanks Domestic and fire fighting water supply:
(OHT) Provision of SMC (Sheet Moulding Compound) Panel tanks of
designed capacity for supply of drinking and domestic water use
(except flushing & horticulture) including partition/ separate tank for
firefighting requirement as per NBC-2016 norms.
Treated water supply for flushing & Horticulture:
Provision of a separate tank SMC (Sheet Moulding Compound) Panel
tanks of designed capacity for storage and supply of treated water from
STP / ETP for dual plumbing system for flushing and Horticulture
purpose.
The SMC panel tanks shall be provided with all foundations and
structural support arrangement as per design, drawings & specification
of the manufacturer as per contract condition and approval of
Engineer-in-Charge.
15.1 OHT placed on SMC panel tanks of minimum capacity of 1,75,000 litres or as per
terrace design, whichever is more.
16 Under Ground Domestic and fire fighting water supply:
Tank Provision of RCC water storage tank of designed capacity for supply
of drinking and domestic water use (except flushing & horticulture)
including partition/ separate tank for firefighting requirement as per
NBC-2016 norms.
Treated water supply for flushing & Horticulture:
Provision of a separate tank RCC water storage tank of designed
capacity for storage and supply of treated water from STP / ETP for
dual plumbing system for flushing and Horticulture purpose.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-130
The RCC tanks shall be provided as per approved drawings with
suitable water proofing treatment and glazed ceramic tiles as internal
lining on walls and floors as per direction of Engineer-in-Charge.
16.1 Under Ground RCC tanks of minimum Capacity 5,00,000 litres or as per NBC Norms
Water tank whichever is greater.
17 Central Atrium The atrium cum courtyard shall be covered with space frame of MS
cum courtyard and tubular members, epoxy painted after sand blasting and finally
other open to sky covered with 16 mm thick multiwall polycarbonate roofing sheets of
corridors colour and shade as approved by the Engineer in charge.
18 Accessibility of All the blocks, railings, ramp, handicap toilet and rooms shall be
buildings accessible by differently abled persons as per GRIHA/GHAR,
CPWD/NBC 2016 norms, whichever is higher. Tactile Tiles is to
provided form main Entrance gate at ground floor to the enquiry
counter, lift lobby & toilet at ground floor as per approved drawing
and provision of NBC-2016 and as per direction of Engineer –in-
charge.
Toilets for differently abled persons as per GRIHA/GHAR,
CPWD/NBC 2016 norms, whichever is higher shall be provided as per
approved drawings and direction of Engineer-in-charge.
19 Wall Crash guard Handrail / bumper HRB-20 143mm high handrail / bumper provides
with handrail pedestrian support and effective impact protection. Acrovyn®
(On both sides mounting brackets. Cover should comply with the below testing.
along all corridors 1. The National Testing Laboratory ESA certified CS Acrovyn® with
of width 1800mm a fire rating class M1 for its low flammability and self-extinguishing
or more for entire properties.
length) 2. In compliance with the European Standard NF 13501-1 and also
been rated B-s2, d0.
3. The higher heating value (HHV) is the amount of heat released by
the combustion per unit of mass of a substance. Following the
European Standard EN ISO 1716, CSTB determined in their test
report the mean Higher Heating Value of CS Acrovyn®: mean HHV
= 17,828 MJ/k
4. CS Acrovyn® possesses excellent scratch resistance and
outstanding shock absorbency properties. Tests will carried out in
standard conditions of use showed that tested products will suffered
no damage after they hit by a load of 250 kg impacting at 5 km/h.
5. Nosoco.Tech, as per Lyon test material according to the European
ISO norm 22196 Acrovyn® Bactericide wall protection sheets and
MCE 40/45 handrails will truly bactericide.
6. National Laboratory of Metrology and Testing (LNE) to study CS
Acrovyn® for VOC emissions and LNE classified in their test report
from April 19, 2011 this product with: A +

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-131
7. DISINFECTION AND CLEANING TEST CARRIED OUT BY
THE LOUIS PASTEUR INSTITUTE IN STRASBOURG
i) SANIVAP certifies that CS Acrovyn® products are fully compatible
with hot steam cleaning and disinfection procedures.
Laboratories ANIOS certify that their cleaning and disinfection
products are perfectly suitable for use on CS Acrovyn® products.
20 Corner Guard "76mm wide guard made of a sturdy aluminum profile and Acrovyn
(All Corner in shock proof coating to protect corners against damage from rolling
corridor of gear.1. The National Testing Laboratory ESA certified CS
1800mm width or Acrovyn® with a fire rating class M1 for its low flammability and self-
more) extinguishing properties."2. In compliance with the European
Standard NF 13501-1 and also been rated B-s2, d0.3. The higher
heating value (HHV) is the amount of heat released by the combustion
per unit of mass of a substance. Following the European Standard EN
ISO 1716, CSTB determined in their test report the mean Higher
Heating Value of CS Acrovyn®: mean HHV = 17,828 MJ/k4. CS
Acrovyn® possesses excellent scratch resistance and outstanding
shock absorbency properties. Tests will be carried out in standard
conditions of tested products should be suffered no damage after they
hit by a load of 250 kg impacting at 5 km/h.5. Nosoco. Tech, as per
Lyon test material according to the European ISO norm 22196 and
concluded that our Acrovyn® Bactericide wall protection sheets
sholud be truly bactericide.6. National Laboratory of Metrology
and Testing (LNE) to study CS Acrovyn® for VOC emissions and
LNE classified in their test report from April 19, 2011 this product
with: A +7. DISINFECTION AND CLEANING TEST CARRIED
OUT BY THE LOUIS PASTEUR INSTITUTE IN
STRASBOURGi) SANIVAP certifies that CS Acrovyn® products
are fully compatible with hot steam cleaning and disinfection
procedures.Laboratories ANIOS certify that their cleaning and
disinfection products are perfectly suitable for use on CS Acrovyn®
products
21 Artwork / Mural 1. Providing and fixing artistic mural of approved theme, design,
Work in Reception shade, and colors with full homogenous hand-cut Glass Mosaic tiles
& waiting areas of 10mm x 10mm x 4mm size with 2mm thick, type 2 polymer
modified white adhesive confirming to IS: 15477:2004. The back of
glass mosaic tiles should have groove for better adhesion. Translucent
epoxy grout shall be spray applied on the of the mural surface after
removing the paper to absorb the color of tiles and cleaning the excess
spray complete as per manufactures specification and direction of
engineer in charge.
22 Signage Works

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-132
22.1 Signage utilities and Stainless steel 316 having graphics & text in machine Etched for
Room Numbers Building name sign to be in capital letters. CRCA (Cold rolled Close
Annealed) sheet support structure having aluminium panels, powder
coated with graphics and text for way finding, directional and statutory
signage’s, all as per NBC 2016.
22.2 Indoor Signage Rigid Photo luminescent based glow-in-the-dark rigid sheet with high
intensity luminous properties enclosed in a transparent weather-proof
UV stabilized coated sheet. With UV screen printing by imported inks
of thickness-1 mm (plus/minus 10%), Service temp- -20to +80 deg ,
Application- Suitable for indoor use, Surface colour- Greenish
Yellow, Visibility- Glow upto 24 hrs in total darkness, Other
properties– Fungistatic, Non- radioactive, Contains no lead or
phosphorus, no health or environmental problem, Simple to install and
easy to maintain, can be screw or just peel off to stick, Self
extinguishing. All signage’s as per NBC 2016.
22.3 Internal Signages
22.3.1 Size in mm Providing and fixing of signages, modular curved frame technology,
of various widths and lengths, to form suggested usages, made of
aluminium extruded sections , duly anodized ,all signages shall be
provided with 0.6-0.8mm polycarbonate protecting film over the
prints, of appropriate size
a 210x1200 CEILLING DRIECTION SIGN BOARD
b 210x400 DIRECTION ARROWS
c 210x400 ROOM NO DIRECTION PLATE
d 80X120 ILLUSION C-80,ROOM NUMBER
e 80X300 ILLUSION C-80, NAME PLATE
f 80X300 ILLUSION C-80, DESIGNATION PLATE
g 210X250 ILLUSION C-210(BOTH SIDE) WALL PROJECTED LADIES
TOILET
h 210X250 ILLUSION C-210(BOTH SIDE) WALL PROJECTED GENTS
TOILET
i 210X250 ILLUSION C-210(BOTH SIDE) WALL PROJECTED HANDICAP
TOILET
j 120X150 ILLUSION C-120,DOOR PLATE LADIES TOILET
k 120X150 ILLUSION C-120, DOOR PLATE GENTS TOILET
l 120X150 ILLUSION C-120, DOOR PLATE HANDICAP TOILET
m 80X400 ILLUSION C-80, ELECTRICAL PANEL
n 40X250 ILLUSION C-40, WORK STATION NAME PLATES
o 150X600 DEPARTMENT NAME PLATE
p 150X450 DRINKING WATER
q 150X450 LIFT NUMBER
r 150X400 STAIR NUMBER PLATE

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-133
s 210X250 STAIRCASE(BOTH SIDE)WALL PROJECTED
t 120X120 STAIRS
u 120X120 AUTHORISED PERSONAL ONLY
v 100X100 ILLUSION C-100, CUBILES WC, Bath
w 120X150 ILLUSION ATTACHED TOILET
x 60X100 LOCKER NUMBER PLATE
22.3.2 1000x1120 MAIN DIRECTORY
Providing and fixing Main Directory assembled with standard
alluminium extruded plates, duly anodized. The plates shall be of size
1no. of 1000x120mm as top subject plate and 10nos. 1000x100 mm
contents plates. Each of the plates shall be provided with 0.8 mm thick
polycarbonate protecting film over the printed text.
22.3.3 1000x1120 FLOOR DIRECTORY
Providing and fixing Floor Directory assembled with standard
alluminium extruded plates, duly anodized. The plates shall be of size
1no. of 600x120mm as top subject plate and 10nos. 600x100 mm
contents plates. Each of the plates shall be provided with 0.8 mm thick
polycarbonate protecting film over the printed text
22.3.4 300X300 FLOOR LEVEL
Providing and fixing Floor Level assembled with standard alluminium
extruded plates, duly anodized. Each of the plates shall be provided
with 0.8 mm thick polycarbonate protecting film over the printed text.
22.3.5 250X250 ELEVATOR DISCLAIMER PLATE
Providing and fixing of 1.5mm,polished,304 grade, Stainless steel
plate, duly etched and filled with prescribed enamel colors to form a
elevator disclaimer, of size 250x250mm
22.3.6 Size in mm Providing and fixing prohibition signage, made of aluminium
composite panel, and all text and pictograms as screen printed and
melamine coated, all fixtures in 304 grade SS, all design as per
architects approval.
a 200X200 NO SMOKING
b 200X200 NO SPITING
c 200X200 KEEP SILENCE/PL SWITCH OFF MOBILE
d 200X200 SWITCH OFF COMPUTER
22.3.7 Size in mm Providing and fixing of parking Direction sign postings measuring
1800 mm/1200 mm long, 275 mm high fabricated of 25mmx25mm
square MS pipe framing covered with 3mm thick ACP all around
which is lined with Retro reflective vinyl to its full surface and further
lined with Reflective Vinyl duly designed and cut to signage text. The
sign posting suspended by means of stainless steel suspenders, as per
design.
a 1800x275 Parking Direction Signs ceiling hung

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-134
b 1200x275 Parking Direction Signs ceiling hung
22.3.8 400x400 Warning Signs on Columns in set of three
Providing and fixing warning sign measuring 400x400 mm framed
with 25mmx25mm MS square pipe covered with 3mm thick ACP on
front and edges all around which is lined with Retro reflective vinyl
(AVERY HIP make),to its full surface and further lined with
Reflective Vinyl duly designed and cut to signage text. Signs are in set
of three, depicting pictogram of No smoking, No horn, and Make use
dust bin.
22.3.9 400x400 Directive wall signs
Providing and fixing Directive Wall signs measuring 400x400 mm of
design and specification developed as for WSC as above.
22.4 Exterior Signages
22.4.1 Size in mm Providing and fixing Customized signage made of Stainless steel 304
grade Channel letters with 5mm laser cut acrylic of 1600mm height,
100 mm in depth with acrylic front with LED internally illumination.
The letters shall be mounted on MS framing as per approved design.
a 43500X1600 Main Gate
b 38000X1200 HOSTEL
c 2500x450 GATE NO
22.4.2 3000x1000 Subsidiary Entrance Sign
Providing and fixing of exterior signage, to be fixed with the help of
MS framework, Signage to be made of MS pipe frame work, cladded
with 3mm Aluminium composite panel, duly cut by CNC router, and
the letters to be laser cut,10mm casted clear acrylic, inserted in a cut
out fitted on 4 mm 040 casted acrylic, the letters front to be 3M day
and night electrocut vinyl, The signage shall illuminated with back lit
LED of at least 5Yrs guarantee, (certificate to be provided, by the
makers of LED), complete in all respects recommended size
3000x1000
22.4.3 830x2400 Building name TOTEM
Providing and fixing of TOTEM, stating name of building on both
sides, made of 0.8mm thick aluminium sheet duly painted with
Polyurethene paint of approved make and shade, aluminium sheet
bended to form a curve, and supported by moulded plastic components
to hold the curve, the moulded plastic components to be fixed on
aluminium rails with clip on arrangement, The Totem shall be
mounted over a rectangular base 300 mm high as per design.
22.4.4 600x800 Drive way Sign
Providing and fixing Drive way Sign measuring 600 x 800 mm
mounted and fixed to GI round powder coated pipe with customized
fixtures as developed . The signs are framed with 25x25 mm MS pipe

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-135
covered with 3mm thick ACP, Retro reflective vinyl and Reflective
Vinyl as for Parking Direction Sign postings
22.4.5 500x500 Traffic regulatory Signage
Providing and fixing of traffic regulatory signages, made on 3mm
aluminium sheet size 500x500, mounted on MS 60x60mm poles,
2400mm high, signage to be made with retro reflective HIP sheet of
AVERY make, and text /pictogram on reflective vinyl. MS pipe to be
grouted and painted as per the specs provided in the drg.
22.4.6 1250x 1600 External Signage
Providing and fixing External Signage measuring 4 nos, 1200 mm
long, 200 mm high Sign frames made up of 25x 25 mm MS square
pipes covered with 3 mm thick ACP, Retro reflective vinyl and
Reflective Vinyl as for Parking Direction Sign postings. Framed signs
are secured to 2 GI round powder coated pipe poles 1600 mm high
with customized fixtures as developed
22.4.7 Size in mm Providing and fixing Building directory TOTEM of size measuring
1500mmx3600mm at main entrance Lobby/ Foyer fabricated with MS
rigid sections of allied sizes to approved design
a as per location Building TOTEM
b as per location site map

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-136
Annexure-P:
Categorization of Rooms & facilities in Hospital Building

Room description Category


Ground Floor
Ortho Consultation Room Block:
Minor OT With Store & Scrub OT
Patient Room Ward
Doctor Room Consultation
Dressing Room Treatment
Plaster Room Treatment
Teaching Room Conference
Sample Collection Lab
Report Collection Consultation
Clean & Dirty Utility Store
Locker Men Store
Locker Women Store
Pharmacy Store Store
Pharmacy Store
Medicine Distribution Store
Main Reception With waiting area Reception
Back Offices Office
Radiology department:
X-Ray Room Radiology
CT Room Radiology
Console Room Radiology
CT Doctor Room Consultation
Injection Room & Nurses Room Treatment
Ultrasound Room USG
Mammography Room Radiology
MRI Console Room Radiology
MRI Room Radiology
Radiology
Bone Dexa Radiology
Record Room Store
Doctor Duty Room Consultation
Nurse Duty Room Consultation
AHU Room Electrical room
Stat Lab Lab

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-137
Procedure Room Treatment
Emergency:
Entrance & waiting area Waiting area
Pre OP Ward Areas with Utility, Nursing Stations, Store Ward
Private Ward Ward
Teaching Room Conference
Examination Room Consultation
Emergency OT
Nursing Room Consultation
Pre-OP Male Ward
Pre-OP Female Ward
OTs 1 & 2 with Scrub & Gown Area OT
Surgical Store Store
Medical Store Store
Post OP Ward/ Step Down HDU (14 Bed) with Utility, Nurse
Ward
Station
Kitchen/ Canteen Area
Kitchen, Storage Kitchen
Canteen Kitchen
Blood Bank Area
Blood Bank Treatment
Urology Department:
Patient Room Ward
Minor OT, Store & Scrub OT
Doctor Duty Room Consultation
Nurse Duty Room Consultation
Store Room Store
Urodynamic Lab Lab
Uroflowmetry Lab Lab
Report Collection Waiting area
Examination Room Consultation
Consultation Room:
All Consultation Rooms Consultation
All services room Store
All AHU Room Electrical room
All Lift Lobbies Lift lobby
All Corridors Corridors
All Common Toilets Toilet
All Attached toilets Toilet

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-138
All Staircases & Ramp Staircase
All Nurse Station Nurse station
All Waiting Areas Waiting area
All stores Store
All stretcher areas Corridors
Admin Area:
Admin Area Office
First Floor
Gastro Enterology Block:
Services Store
All Consultation Rooms Consultation
Endoscopy Room Treatment
General Surgery Block:
Procedure Rooms Treatment
General Surgery Consultation Rooms Consultation
Dressing Room Treatment
Minor OT with Store, Scrub OT
Wound Clinic Treatment
All Consultation Rooms Consultation
Faculty Block:
All Consultation Rooms Consultation
All Faculty Rooms Consultation
Clean Utility Store
Dirty Utility Store
Service Store
Staff Room Office
Ancillaries Store
Laboratory Block:
Virology Lab Lab
Histo Lab Lab
Hematology Lab Lab
Micro Lab Lab
Clinical Chemistry Block:
Cantrifugation Lab
Faculty Room Consultation
Staff Room and Pantry Kitchen
Walk in Cold Chamber Store
Sample receiving Lab

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-139
Reporting Room Consultation
Special Investigation Room Lab
Andocrinology Lab
Clinic Chemistry Lab
Doctor Room Consultation
Nurse Room Consultation
Laboratory:
Immuno Lab Lab
All Consultation Room Consultation
Sister incharge room Consultation
Store Store
Daycare Ward:
Daycare Ward with nursing station Ward
Consultation Block:
All Consultation Rooms Consultation
All services room Store
All AHU & Electrical Room Electrical room
All Lift Lobbies Lift lobby
All Corridors Corridors
All Common Toilets Toilet
All Attached toilets Toilet
All Staircases & Ramps Staircase
All Nurse Station Nurse station
All Waiting Areas Waiting area
All stores Store
All stretcher areas Corridors
Second Floor
Department of Telemedicine:
Telemedicine Seminar Hall Conference
Telemedicine Center Consultation
Research Area Consultation
Teaching Room Conference
Neurology Department:
Bronchoscopy Room Treatment
Neurology Procedure Room Treatment
USG Room USG
Anthroscopy & Neurology Office Consultation
Doctor Duty Rooms Consultation

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-140
Procedure Rooms Treatment
Neurology ward storage Room Store
Neurology HDU HDU/ICU
Neurology ICU HDU/ICU
Ward with nurse station Ward
Examination Room Consultation
All Teaching Rooms Conference
EEG with EEG Console Room Radiology
EPS Reporting Room Consultation
NCS & EMG Treatment
Neuro Lab Storage Room Store
Cardiology Department:
Cardio Ward with nurse station Ward
HDU Ward with nurse station HDU/ICU
Cath Lab Radiology
Console Room Radiology
Dirty & clean Utility Store
Cardiology Offices Consultation
CCU 1 & 2 Ward HDU/ICU
Post Cath Treatment
Pre Cath Treatment
All Nurse Duty Room Office
All Doctors Duty Room Office
Admin Block:
Admin Offices Office
All faculty Rooms Office
All services room Store
All AHU & Electrical Room Electrical room
All Lift Lobbies Lift lobby
All Corridors Corridors
All Common Toilets Toilet
All Attached toilets Toilet
All Staircases & Ramp Staircase
All Nurse Station Nurse station
All Waiting Areas Waiting area
All stores Store
All stretcher areas Corridors
Third Floor

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-141
Gastro Enterology Block:
Clean & dirty utility Store
Teaching Room Conference
Wards with nursing station Ward
Private Wards Ward
Nephrology Ward:
Wards with nursing station Ward
Nurse Duty Room Office
Doctor Duty Room Office
Urology Ward:
Wards with nursing station Ward
Clean & dirty utility Store
All Teaching Rooms Conference
Private wards Ward
Examination Room Consultation
Paediatric Surgery:
Private Wards Ward
Ward Ward
Ortho Wards:
Dirty, clean Utility and drugs store Store
Wards Ward
Doctor duty Rooms Office
Nurse Duty Room Office
Plaster Room Treatment
Nurse Station Corridors
Minor OT with Surgical Store and scrub OT
General Medicine Ward:
Wards Ward
Clean & dirty utility Store
Doctor Duty Room Office
Nurse Duty Room Office
Teaching Room Conference
Nurse Station Corridors
Store Store
Private wards Ward
General Surgery Block:
Dirty & Clean Utility Store
Wards Ward

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-142
Doctor Duty Room Office
Nurse Duty Room Office
Nurse Station with examination treatment room Corridors
Teaching Room Conference
Private wards Ward
CSSD Store
All services room Store
All AHU Room Electrical room
All Lift Lobbies Lift lobby
All Corridors Corridors
All Common Toilets Toilet
All Attached toilets Toilet
All Staircases & ramp Staircase
All Nurse Station Nurse station
All Waiting Areas Waiting area
All stores Store
All stretcher areas Corridors
Fourth Floor
Burns and Plastic Surgery Block:
Teaching Rooms Conference
Examination Room Treatment
Ward with nurse station Ward
Dirty & Clean Utility Store
Relative Lounge cum children play area Conference
Private Wards Ward
Pediatrics Ward:
Doctor Room Office
Nurse Room Office
Dirty & Clean Utility Store
Wards with nursing station ward
Drug Store & Store Store
Labour Room with Scrub Ward
Minor OT OT
Neurosurgery Block:
Ward with Nurse Station Ward
Drug store Store
Main NICU HDU/ICU
PNC Ward Ward

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-143
Dirty Utility Store
Clean Utility Store
CTVS Block:
Clean utility Store
Dirty utility Store
Wards with nursing station Ward
Drug store Store
Gynaecology & Obstetrics Wards:
Dirty Utility Store
Clean Utility Store
Post OP Ward with nursing station Ward
Drug Store Store
Examination Room Consultation
Casuality with observation ward Ward
Store Store
Doctors Room Office
Nurse Room Office
Labour Rooms Ward
Pre Labour Rooms Ward
Neonatology
Wards Ward
Clean NICU HDU/ICU
Relative Lounge and children play area with Nurse station &
Conference
Mother feed formula
Nursery Ward
Isolation Ward Ward
ECLAMPSIA WITH H.D.U. HDU/ICU
Store Store
Examination Room Consultation
OBSTETRICS WARDS
Wards with nursing station Ward
Ward store Store
Examination Room Consultation
Doctor Room Office
Nurse Room Office
Clean, dirty utility and drug store Store
Teaching room Conference
Waiting Lounge Conference
All services room Store

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-144
All AHU Room Electrical room
All Lift Lobbies Lift lobby
All Corridors Corridors
All Common Toilets Toilet
All Attached toilets Toilet
All Staircases & ramp Staircase
All Nurse Station Nurse station
All Waiting Areas Waiting area
All stores Store
All stretcher areas Corridors
Fifth Floor
Haemodialysis Block:
Nurse Room Office
Doctor Room Office
Plaster Room Treatment
Dressing Room Treatment
Teaching room Conference
Sample Collection Room Treatment
Report Collection Room Consultation
Pharmacy Store
Pharmacy Store Store
Locker Women Store
Locker Men Store
Clean and Dirty Utility Store
ICU Block:
ICUs with Nurse Station HDU/ICU
Clean utility, dirty utility & Drug store Store
Teaching/ Discussion Room Conference
Isolation Rooms Ward
Procedure Room Treatment
Doctor Rooms Office
Nurse Room Office
Examination/ Discussion Room Consultation
Store Store
OT Block:
OTs with OT Store, Prep. Area OT
Sterile Corridor Sterile area
Pre operative ward with utility and nurse station Ward

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-145
Change Room Change Room
Anesthethists Consultation
Doctor Lounge (Male and Female) Conference
Changing Room (Male and Female) Change Room
Nurses Lounge (Male and Female) with utility Conference
Technician Lounge Conference
Nurse Lounge Conference
Post operative ward with nurse station Ward
All services room Store
All AHU Room Electrical room
All Lift Lobbies Lift lobby
All Corridors Corridors
All Common Toilets Toilet
All Attached toilets Toilet
All Staircases & ramp Staircase
All Nurse Station Nurse station
All Waiting Areas Waiting area
All stores Store
All stretcher areas Corridors

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-146
Residential Buildings: Minimum Acceptable Specifications

• Type-4 (12 Nos, G+5, 1 block)


• SR Hostel (40 Nos, G+5, 01 block)
• Nurses Hostel (48 Nos, G+3, 1 block)

Sl.No Item of work Specification (Residential Buildings)


1 Foundation & super As per structural requirement and design based on soil investigation,
structure approved drawings, NIT conditions & latest relevant IS codes.
1.1 Foundation Building shall be earthquake resistant RCC framed structure with
RCC raft foundation/ Pile foundation system (minimum depth of raft/
Pile cap to be kept 800 mm irrespective of design) with minimum
M30 grade of design mix concrete and FE500D reinforcement,
centering, shuttering and support, as per approved structural design
& drawing based on detailed soil investigation report & latest
relevant IS codes & NBC-2016. Minimum reinforcement in
foundation to be kept at 1% of the cross-sectional area of raft/ Pile
cap irrespective of design. The minimum depth of foundation shall
be 1.5 mtr. and the same shall be measured from the natural ground
level (NGL).
Full brick work using red clay bricks (non-modular) of class
designation 7.5 below all peripheral beams/ grid beams upto depth of
foundation shall be provided to retain the filling.
1.2 Plinth Filling
(a) Sand filling under With Local fine sand of river, 150mm thick in ground floor.
floors/ Ramp
(b) Concrete under floor/ 100 mm thick M10 grade lean concrete in batch mix/ RMC below
foundation foundation and floor in case of ground floor.
(c) RCC for plinth / grade 125 mm thick RCC of minimum M30 grade of concrete shall be laid
slab at plinth level in ground floors with minimum 8 mm dia. TMT bars
(FE 500D) @ 200 mm c/c both ways.
1.3 Plinth Protection 900 mm wide with 100 mm thick M-25 grade concrete with nominal
TMT reinforcement of 8mm dia @ 300mm spacing in both ways
topped with 30 mm thick red/white sandstone over 75mm thick bed
of M-10 concrete with 75mm thick brick on edging laid lengthwise
to 150mm depth and false squares on top and finishing the exposed
brick work and concrete edge with cement plaster etc complete.
2 Water proofing
treatment
2.1 Raft foundation of Integral crystalline admixture for water proofing treatment @ 0.80%
building (minimum) to the weight of cement content per cubic meter of
concrete) or higher as recommended by the manufacturer’s

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-147
specification in reinforced cement concrete all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
2.2 Raft foundation of 1.2 mm thick HDPE membrane + Integral crystalline admixture for
Under Ground RCC water proofing treatment @ 0.80% (minimum) to the weight of
Tank & Lift pit cement content per cubic meter of concrete) or higher as
recommended by the manufacturer’s specification in reinforced
cement concrete all as per Special Conditions of Contract and
direction of Engineer-in-Charge.
2.3 Walls of Under Integral crystalline admixture for water proofing treatment @ 0.80%
Ground RCC Tank, (minimum) to the weight of cement content per cubic meter of
STP/ETP & Lift pit concrete) or higher as recommended by the manufacturer’s
specification in reinforced cement concrete + a layer of 1.5 mm thick
double sided, modified bitumen waterproofing membrane with cross
laminated PE film over bonding slurry comprising of single-
component polymer modified cementitious adhesive (for wet
application on the retaining wall) + 8mm thick dimple board from
foundation till top of treatment of approved make to prevent the
damage of membrane during backfilling all as per Special Conditions
of Contract and direction of Engineer-in-Charge.
2.4 In sunken portion in Providing and applying integral crystalline slurry of hydrophilic in
toilets, kitchen & nature for waterproofing treatment all as per Special Conditions of
Balconies with/ Contract and direction of Engineer-in-Charge.
without sunken slab
2.5 On Roof/ Open Integral crystalline admixture for water proofing treatment @ 0.80%
Terrace (minimum) to the weight of cement content per cubic meter of
concrete) or higher as recommended by the manufacturer’s
specification in reinforced cement concrete + Elastomeric composite
Waterproofing and Insulation system consisting of PU puff insulation
with PU coating on mother slab & Puff insulation followed by Sun
Reflectivity Index (SRI) coating on top of concrete all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
3 Super structure
3.1 Super structure Building shall be earthquake resistant RCC framed structure (or as
per choice of structural system technology) with minimum M30
grade of design mix concrete and FE500D reinforcement, centering,
shuttering and support as per approved structural drawing &
structural design based on detailed soil investigation report & latest
relevant IS codes with infill walls. Provision of expansion joint shall
be kept in the structure as per the NBC 2016 norms and relevant
applicable BIS codes. RCC in column, beams, shear walls and slab
shall be in minimum M30 grade as per the approved structural
drawing with design mix concrete / RMC with permissible
admixture, centering, shuttering and FE500D reinforcement. MS

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-148
centering / shuttering and scaffolding material etc. shall be used in all
RCC work to give and even finish of concrete surface. Minimum
cement content (only PPC cement content part) in M30 grade RCC
shall be 410 kg/cum irrespective of the mix design. Minimum
reinforcement in columns, beams and slabs shall be 2.5%, 2% and
0.5% respectively (except shear reinforcement) irrespective of
design.
3.2 Internal/ External
Walls
(a) All external walls All external walls shall be with 230 mm thick fly ash brick masonry
including staircase
(class designation 7.5) with cement mortar in ratio of 1: 6 (1 cement:
walls, lift lobby walls
6 coarse sand). This includes providing and laying of 100mm thick
etc. RCC band of M30 grade concrete having 4 nos 10mm dia TMT bar
along the length of the band and connecting stirrup of 8mm dia TMT
bar @ 150mm centre to centre at sill level and lintel level.
(b) Partition Walls / 115 mm thick partitions will be provided with fly ash brick masonry
Internal Walls (class designation 7.5) with cement mortar in ratio of 1:4 (1 cement:
4 coarse sand) in all areas.
(c) Parapet Walls 1200 mm high, 150 mm thick parapet of RCC M 30 grade of concrete
with 18 mm thick Granite stone coping fixed using Type-2 stone
adhesive shall be provided over roof, terrace and mumty. Finishing
of parapet wall towards terrace side shall be finished with 12 mm
cement plaster of ratio 1:3 (1 cement: 3 coarse sand) coated with
cement primer and exterior premium acrylic emulsion while outside
face shall have finishing as per finishing of external schedule.
(d) Junction of Masonry 80 GSM Glass fibre mesh of approved make shall be provided on
& RCC junction of masonry and RCC surface, on both sides external and
internal walls.
(e) Shaft Opening (outer) Shaft will be covered with 18 mm thick WPC CNC cut jali fixed over
MS frame as per approved design and drawing in case of shafts
opening located on exterior face of building all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
4 Doors & Windows
4.1 Doors & frames
(a) Main entry security SS Security door of size 1000x2100 mm, minimum grade-304 with
door SS frame of same grade, SS mosquito wire mesh as per approved
design & drawings and & direction of Engineer-in- charge with the
following fittings per door:
• SS-304 grade tower Bolt 250x10 mm = 01 no.
• SS-304 grade tower Bolt 200x10 mm = 01 no
• Pair of SS 304 hollow D type lever handles on rose with Mortise
latch and lock (6 pin euro cylinder with one side keys and one

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-149
side thumb turn lever with 3 keys) with lever rose and escutcheon
(Minimum Lock body of 165 mm) = 01 no.
• SS/Brass single rubber Door stopper = 01 no.
• Heavy type PVC Door buffer 75 mm = 01 no.
• Slide arm/Scissor arm type hydraulic Door closer of capacity 120
kg with twin controls of swing and latch speeds = 01 no
• SS-304 grade Ball bearing hinges= 04 nos.
(b) Room Doors 35 mm thick factory laminated wooden Flush door shutters of size
900x2100 mm (pine wood block board construction) with minimum
1 mm thick laminate on both sides and PU painted on edges with
frame of 2nd class kiln seasoned and chemically treated teak wood
section frame (125/100x70 mm) as per approved design & drawings
and & direction of Engineer-in- charge following fittings per door
single leaf:
• SS -304 grade Sliding Door Bolt 250x16 = 02 nos.
• SS-304 grade tower Bolt 250x10 mm = 01 no.
• SS-304 grade tower Bolt 200x10 mm = 01 no.
• SS-304 grade handle 125mm = 02 nos.
• SS/Brass single rubber Door stopper = 01 no.
• Heavy type PVC Door buffer 75 mm = 01 no.
• SS Magic Eye (on main entrance door only) = 01 no.
• SS-304 grade Ball bearing hinges = 04 nos.
(c) Wire Mesh doors Providing and fixing 35 mm thick second class teak wood wire gauge
(balconies/ outer shutters of size 900x2100 mm using stainless steel grade 304 wire
openings) gauge with wire of dia 0.5 mm and average width of aperture 1.4 mm
in both with necessary screws with frame of 2nd class kiln seasoned
and chemically treated teak wood section frame (125/100x70 mm) as
per approved design & drawings and & direction of Engineer-in-
charge with following fittings per door single leaf:
• SS-304 grade tower Bolt 250x10 mm = 01 no.
• SS-304 grade tower Bolt 200x10 mm = 01 no.
• SS-304 grade handle 125mm = 02 nos
• SS/Brass single rubber Door stopper = 01 no.
• Heavy type PVC Door buffer 75 mm = 01 no.
• Slide arm/parallel arm type hydraulic Door closer of capacity 80
kg with twin controls of swing and latch speeds = 01 no
• SS-304 grade Ball bearing hinges= 04 nos.
(d) Toilet / bath doors Factory made single extruded 35 mm thick WPC (Wood Polymer
Composite) solid both side decorative type flush door shutter
800x2100 mm of as per DSR-2021 Item no. 26.88 with edges PU
painted with factory made single extruded WPC (Wood Polymer
Composite) Frames of appropriate size & as per approved design &

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-150
drawings and & direction of Engineer-in- charge with following
fittings per door single leaf:
• SS -304 grade Sliding Door Bolt 200x16 = 01 nos.
• SS-304 grade tower Bolt 250x10 mm = 01 no.
• SS-304 grade tower Bolt 200x10 mm = 01 no.
• SS-304 grade handle 125mm = 02 nos.
• Heavy type PVC Door buffer 75 mm = 01 no.
• SS-304 grade Ball bearing hinges= 04 nos.
(e) Fire doors for Providing and fixing of ISI marked insulated fire check doors of
staircase, corridors, required size with 120 minutes fire rating with 30 minutes insulation
lobby, exits etc. all as per Special Conditions of Contract and direction of Engineer-
in-Charge
(f) Mumty Door Providing and fixing of ISI marked uninsulated fire check doors of
required size with 120 minutes fire rating all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
(g) Doors for Physically Factory laminated sliding door (on top rail) made of single extruded
handicapped toilets WPC (Wood Polymer Composite) solid both side decorative type
flush door shutter of size 1000x 2100 mm with 30 mm thickness as
per DSR-2021 Item no. 26.88 with edges PU painted with SS/Nylon
rollers and guide at bottom and suitable locking arrangement from
inside with following minimum fittings:
• SS/Nylon rollers of minimum 80 kg capacity with aluminium
guide/top rail and guide at bottom.
• Pair of SS 304, D type Tubular handle of 19 mm/22 mm dia x
300 mm c/c = 02 nos.
(h) Sanitary Shaft doors Providing and fixing of ISI marked uninsulated fire check doors of
(Internal) required size with 120 minutes fire rating all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
(i) Electrical room, Providing and fixing of ISI marked uninsulated fire check doors of
Electrical shaft, UPS required size with 120 minutes fire rating all as per Special
room, AHU Room & Conditions of Contract and direction of Engineer-in-Charge.
other E&M related
rooms
(j) Curtain rods 25mm dia SS-316 grade curtain rod along with approved knob &
bracket as per direction of Engineer in charge.
4.2 Windows & Frames
(a) Windows & Double Rebate Airtight Window System (Fixed, Casement or
Ventilators combination thereof) fabricated from roll-formed sections made of
Color Coated / Powder Coated Galvanized Steel sheets with wire
mesh, glazing and security grill all as per Special Conditions of
Contract and direction of Engineer-in-Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-151
a T-4 Qtrs Prefabricated factory-made Aluminium casement cum fixed window
& ventilator system (Both glazed and wire gauge shutters with
security grill) in approved color and shade as per detailed
specifications mentioned in the Special Conditions of Contract as per
direction of Engineer-in-charge.
b SR Hostels, Nurses Double Rebate Airtight Window System (Fixed, Casement or
Hostels combination thereof) fabricated from roll-formed sections made of
Color Coated / Powder Coated Galvanized Steel sheets with wire
mesh, glazing and security grill all as per Special Conditions of
Contract and direction of Engineer-in-Charge.
4.3 Cupboards &
Modular Kitchen
cabinets
(a) Cupboards in rooms & Providing and fixing factory made 18 mm thick single extruded WPC
Built in Kitchen (Wood Polymer Composite) solid board one side white colour and
Cabinet below other side of board laminated with PVC foil of minimum 14 micron
cooking platform & thickness of approved design pasted with hot melt adhesive for
on walls as per shutter of kitchen cabinets of required sizes comprising of virgin
approved drawings polymer of K value 58-60 (Suspension Grade), calcium carbonate
–Shutter, partition and natural fibers (wood powder/ rice husk/wheat husk) and nontoxic
board & shelves etc. additives (maximum toxicity index of 12 for 100 gms) having
minimum density of 650 kg/cum and screw withdrawal strength
of 1800 N (Face) & 900 N (Edge), minimum compressive strength
50 N/mm, modulus of elasticity 850 N/mm and resistance to spread
of flame of Class A category with property of being termite/borer
proof, water/moisture proof and fire retardant and fixing with
stainless steel piano hinges/soft close clip on concealed hinges of
required size with necessary full body threaded star headed counter
sunk S.S screws, all as per DSR-2021 Item no. 26.89 & as per
approved drawings & direction of Engineer-In-Charge.
(b) Built in Kitchen Providing and fixing factory made 12 mm thick single extruded WPC
Cabinet below (Wood Polymer Composite) solid plain white color board for backing
cooking platform & of cup boards and bathroom/kitchen cabinets etc. of required size
on walls as per comprising of virgin polymer of K value 58-60 (Suspension Grade),
approved drawings calcium carbonate and natural fibers (wood powder/ rice husk/wheat
– Backing husk) and non toxic additives (maximum toxicity index of 12 for 100
gms) having minimum density of 650 kg/cum and screw withdrawal
strength of 1800 N (Face) & 900 N (Edge), minimum compressive
strength 50 N/mm2, modulus of elasticity 850 N/mm2 and resistance
to spread of flame of Class A category with property of being
termite/borer proof, water/moisture proof and fire retardant and
fixing with stainless steel screws etc. all as per DSR-2021 Item No.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-152
26.90 and as per approved drawings and direction of Engineer-In-
Charge.
5 Flooring Floor level shall be maintained during casting of RCC slab to
accommodate the various type of flooring level, no extra payment
shall be made on this account.
5.1 All rooms Minimum 600x600 mm size glazed vitrified tiles of approved make,
conforming to IS: 15622, in all colours, shades & patterns as
approved by Engineer-in-charge laid with 3 mm PVC spacers and
using 6 mm thick Type 2 adhesive including grouting the joints of
floor tiles by using epoxy grout of desired shade.
5.2 Corridor, Staircase, Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
Lift Lobby & black galaxy, telephonic black, black pearl pre-polished granite fixed
Common areas with Type 2 stone adhesive & pointing with white cement slurry
admixed with pigment of matching shade in required design and
patterns all complete as per the approved drawings & as approved by
Engineer-in-charge. The size of granite slabs should not be less than
1200 mm x 600 mm along with border not less than 150 mm width.
5.3 Machine Room Kota stone flooring minimum 25 mm thick with 100 mm wide marble
strips as per pattern over a bed of 20 mm thick cement mortar of ratio
1:4 (1 cement: 4 coarse sand). The size of kota stone shall not be less
than 600x600 mm.
5.4 Electrical Room Kota stone flooring minimum 25 mm thick with 100 mm wide marble
strips as per pattern over a bed of 20 mm thick cement mortar of ratio
1:4 (1 cement: 4 coarse sand). The size of kota stone shall not be less
than 600x600 mm + Providing and fixing of 2mm thick PVC flexible
homogeneous compacted anti-static floor covering of size 2mtrs x 20
mtrs. having total weight 3200 g/m2 of European make (detailed
specifications mentioned in the Special Conditions of Contract) as
per direction of Engineer-in-charge.
5.5 Toilets, Kitchen, Minimum 600x600 mm size full body vitrified unglazed tiles of
Balconies approved make with floor slip rating R11 as per DIN standard
(thickness to be specified by the manufacturer) with water absorption
less than 0.08% and conforming to IS: 15622, of approved make in
all colours, shades & patterns as approved by Engineer-in-charge laid
with 3 mm PVC spacers and using 6 mm thick Type 2 adhesive
including grouting the joints of floor tiles by using epoxy grout of
desired shade.
5.6 Ramps Minimum 18 mm thick granite sand blasted finish/ lappato finish/
leather finish of Jet Black, Cherry red, Elite brown, lakha red, black
galaxy, telephonic black, black pearl (pre-polished) of approved
shade as decided by Engineer in charge with a combination of Tactile
tiles (14.9 mm thick) & use of Braille Signages as per CPWD

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-153
specifications and approved drawings & direction of Engineer-in-
charge.
5.7 Windows & Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
Ventilator Sills & black galaxy, telephonic black, black pearl pre-polished granite (in
Jambs single piece) with pre moulding / nosing, fixed with Type 2 stone
adhesive as approved by Engineer-in-charge.
5.8 Door sill Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
black galaxy, telephonic black, black pearl pre-polished granite (in
single piece) fixed with Type 2 stone adhesive as approved by
Engineer-in-charge.
5.9 Tactile Tile Providing and laying tactile tile (for vision impaired persons as per
standards) of size 300x300mm and approved thickness having with
water absorption less than 0.5% and conforming to IS:15622 of
approved make in all colours and shades in for outdoor floors such as
footpath, court yard, multi modals location etc., laid on 20mm thick
base of cement mortar 1:4 (1 cement : 4 coarse sand)/ adhesive, as
per direction of engineer-in- charge in all shapes & patterns including
grouting the joints with white cement mixed with matching pigments
etc. complete as per DSR-2021 item No. 16.90 & as per direction of
Engineer-in-Charge.
5.10 Counter for wash Granite slab 18 mm thick Jet Black, Cherry red, Elite brown, lakha
basin red, black galaxy, telephonic black, black pearl granite gang saw cut
mirror polished (pre-moulded and pre- polished) machine cut of
approved size, shade, colour and texture laid over base cement mortar
with joints treated with epoxy grout, mixed with matching pigment,
epoxy touch ups, including rubbing, moulding and polishing to edge
to give high gloss finish etc. fixed with Type 2 stone adhesive
supported over minimum 50 mm thick RCC cantilever platform as
per approved drawings & as per direction of Engineer-in-Charge.
6 Skirting/ Dado
6.1 All Rooms, Balconies, Specifications for materials of skirting will be same as for flooring
Electrical room, with matching joint pattern and should be of 150 mm height or as
Machine room decided by Engineer-in-charge.
6.2 Corridors, Staircase, Height of dado shall be 1200 mm with 18 mm thick granite Jet Black,
Ramps Cherry red, Elite brown, lakha red, black galaxy, telephonic black,
black pearl pre-polished granite along with the granite double
moulded nosing on top with pre polished double moulded edges
projecting (15 mm) from dado stone and embedded in wall. Joints of
two stones in cladding shall be V- Grooved using 6 mm chamfering/
bevelling of edges on both faces and polishing the same including
fixing the same on walls with high strength polymer modified Type-
3 stone adhesive of approved make & as per direction of Engineer-
in-Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-154
6.3 Lift Lobby Lift wall shall be finished with minimum 18mm thick polished
granite cladding Jet Black, Cherry red, Elite brown, lakha red, black
galaxy, telephonic black, black pearl pre-polished granite upto
ceiling height fixed on walls with high strength polymer modified
Type-3 stone adhesive of approved make & as per direction of
Engineer-in-Charge. Joints of two stones in cladding shall be V-
grooved using 6 mm chamfering/ bevelling of edges on both faces
and polishing the same.
6.4 Toilet, Kitchen Dado upto false ceiling/ ceiling height shall be done with Ist quality
ceramic glazed Digital Concept Series wall tiles of minimum size 300
mm X 600 mm conforming to IS: 15622 (thickness to be specified by
the manufacturer), of approved make in all colours, shades as
approved by Engineer-in-Charge & fixed using 6 mm thick Type-3
adhesive.
7 Kitchen
7.1 Cooking platform Minimum 18 mm thick Granite slab Jet Black, Cherry red, Elite
brown, lakha red, black galaxy, telephonic black, black pearl gang
saw cut mirror polished (pre-moulded and pre- polished) machine cut
for platforms of approved size including facia in shade, colour and
texture including rubbing, moulding and polishing to edge to give
high gloss finish etc. using high strength polymer modified Type-2
stone adhesive and supported over 75 mm thick RCC slabs and
vertical 100 mm thick cement concrete masonry, complete as per
approved drawing and as per direction of Engineer-in-Charge.
7.2 Kitchen Sink Stainless steel AISI 304 (18/) Kitchen sink as per IS 13983 with drain
board with minimum size 510x1040x250mm as per DSR-2021 item
no. 17.10.1.1.
8 Staircase
8.1 Landing, Tread Minimum 18 mm thick granite sand blasted finish/ lappato finish/
leather finish of Jet Black, Cherry red, Elite brown, lakha red, black
galaxy, telephonic black, black pearl (pre-polished) of approved
shade as decided by Engineer in charge as per CPWD specifications
and approved drawings. Single piece granite stone slab shall be
provided in treads with 18 mm pre-moulded double nosing.
8.2 Riser Minimum 18 mm thick single piece polished granite of Jet Black,
Cherry red, Elite brown, lakha red, black galaxy, telephonic black,
black pearl pre-polished granite of approved shade as decided by
Engineer in charge shall be used for risers.
8.3 Railing in staircase / 1.2 meter high railing with the provision of additional hand rail to
Ramps facilitate the differently abled persons wherever required, with 304
grade stainless steel (matt finish/ brushed steel finish) of 50 mm dia.
& 15 gauge thick handrail with adequate rods parallel to handrail,
balusters, flanges, end caps, newel posts with caps etc. complete as

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-155
per approved drawing and direction of Engineer–in–charge. Railing
shall be side mounted/ floor mounted as per directions of Engineer in
charge using modular mountings. Minimum weight of railing unit
should not be less than 18 kg/sqm in corridors and 15 Kg/sqm in other
elevational area. The manufacturing of stainless-steel railing should
be modular/ knock down type.
8.4 Expansion Joint The vertical & horizontal expansion joints shall be kept keeping in
mind the seismic requirement as per the relevant BIS code, NBC-
2016 and CPWD Specifications of designed width and as per DSR
2021 item no 5.44, 5.45, 5.46 for floor, wall and roof. Moisture
barrier membrane in shape of 1.1 mm thick EPDM membrane shall
be provided along full length/height of all such joints and fixed with
epoxy adhesive for making such joints watertight. Adequate
provision shall also be made to drain out the water collected on this
membrane.
8.5 Rain Water Pipes All the Rain Water pipes including their fittings shall be unplasticized
Rigid UPVC rainwater pipes of minimum 160 mm dia, conforming
to IS: 13592 Type A, exposed on walls/ in the shafts to be executed
as per CPWD specification 2019.
9 False ceiling
9.1 Toilet False ceiling of plain powder coated aluminium metal clip-in false
ceiling of size 600x600 as per DSR-2021 item 12.54.1 suspended
with 8 mm dia GI threaded rods all as per Special Conditions of
Contract and direction of Engineer-in-Charge.
10 Finishing
10.1 Plastering on walls • 15mm thick plaster with polymer modified ready mix plaster of
(External) fine grade Portland cement, graded sand and polymers with water
soluble additives as per manufacturer’s specification of approved
make and as per direction of Engineer-in-charge complete and
applying cement based wall putty before painting.
• Providing Geo-synthetic fibre mesh specification to be of 300
mm wide in the junction of dissimilar materials before plastering
on inner and outer side of junctions.
• Necessary drip course shall be provided in all Chajja, Balcony,
Projecting Roof, Beams etc.
10.2 Plastering on walls & On internal walls: 12 mm/ 15 mm thick plaster with polymer
Ceilings (Internal): modified ready mix plaster of fine grade Portland cement, graded
sand and polymers with water soluble additives as per manufacturer’s
specification of approved make and as per direction of Engineer-in-
charge complete and applying cement based wall putty before
painting.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-156
On Ceiling: 6 mm thick plaster with polymer modified ready mix
plaster of fine grade Portland cement, graded sand and polymers with
water soluble additives as per manufacturer’s specification of
approved make and as per direction of Engineer-in-charge complete
and applying cement based wall putty before painting.
Glass Fiber Mesh: Necessary glass fibre mesh (80 gsm) shall be
provided, if required, over chases of electrical conduit and concealed
pipeline and shall be neatly finished.
10.3 Internal finishing Exposed Ceiling- 1mm cement-based wall putty, one coat of cement
primer, two or more coats of premium plastic emulsion paint with
low VOC of approved make and as per direction of Engineer-in-
charge. However, wherever false ceiling is provided, slabs shall be
treated with one coat of cement primer and white cement-based putty
of 1 mm thickness.
Internal walls- 1mm cement based wall putty, one coat of cement
primer, two or more coats of premium plastic emulsion paint with
low VOC of approved make and as per direction of Engineer-in-
charge.
10.4 External finishing Texture Paint: Providing and laying weather and Ultraviolet
Resistant, Water Repellent, Dust, Dirt and Stain Resistant, Fungus
and Algae Resistant natural Granite texture (100% Natural crushed
Granite mixed with ceramic) of approved make. 01 coat of Acrylic
primer mixed with wall sealer diluted with water in the ratio 1:1:1 (1
primer : 1 wall sealer : 1 water) after check of minor repair. 1st coat
of Granite Chips Texture to be applied with Trowel/ Spray (as
required) of approved shade (attainable thickness: 1.0mm). 2nd Coat
of Granite chips Texture of same shade to be applied with spray over
the 1st coat of texture (attainable thickness: 1.0mm). Total final
thickness should be minimum 2.0mm. Finally two coats of water
based acrylic protection coat to be applied with roller/ brush to make
surface streak resistance. Minimum warranty on texture paint shall
be 05 years.
10.5 Primer on wood-work Primer coat shall be provided on all woodwork and steel work as per
& steel work CPWD Specification as per direction of Engineer-in-charge.
10.6 Painting on wood PU polish of exterior grade (in 3 of more coats to achieve a superior
work & steel work finish) over prepared surface of teak wood & decorative veneer
surfaces & enamel paint on steel surface as per manufacturers
specifications.
11 INTERNAL
SANITARY,
WATER SUPPLY
INSTALLATIONS

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-157
11.1 EWC Assembly Wall mounted EWC with concealed cistern (with internal fittings) &
dual push plate including all accessories complete in all respect as
per approved make list, architectural drawings and direction of
Engineer-in-Charge.
Each EWC assembly shall be with following minimum number of
fittings of approved make:
• CP brass health faucet (01 no.) with minimum 1 metre SS braided
connection hose.
• CP brass angle cock (02 nos)
• CP brass Toilet paper holder (01 no.)
11.2 Indian WC Assembly Orissa pattern Indian WC with PVC cistern (with internal fittings)
with flush bend including all accessories complete in all respect as
per approved make list, architectural drawings and direction of
Engineer-in-Charge.
Each IWC assembly shall be with following minimum number of
fittings of approved make:
• CP brass Bib cock long nose (01 no.)
• CP brass angle cock (01 no.)
11.3 Wash basin assembly Under counter oval / rectangular shape wash basin including all
accessories complete in all respect as per approved make list,
architectural drawings and direction of Engineer-in-Charge.
Each wash basin assembly shall be with following minimum number
of fittings of approved make
• CP brass basin mixture (pillar type) (01 no.)
• CP brass angle cock (02 no.)
• CP brass bottle trap (01 no.)
• CP waste jali of required size (01 no.)
• CP brass Soap dish (01 no.)
• CP brass Towel ring (01 no.)
11.4 Bath fittings assembly Each bath assembly shall be with following minimum number of
fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
• 3-in-1 wall mixture with provision of hot & cold water and
shower (01 no.).
• CP brass Shower rose minimum 200 mm (square/ round) with
shower aram (01 no.).
• CP brass angle cock (02 nos.) for geyser.
• CP brass floor trap jali (02 nos).
• CP brass towel rail (01 no)
• Corner glass shelf (02 nos.)
• CP brass Robe hooks (02 nos)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-158
11.5 Kitchen Fittings Each kitchen area shall be with following minimum number of
fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
• Stainless steel AISI 304 (18/8) Kitchen sink as per IS 13983 with
drain board with minimum size 510x1040x250mm.
• CP brass sink mixture (pillar type) with provision of hot & cold
water (01 no.).
• CP brass angle cock (05 nos, for sink, geyser & RO)
• CP brass bottle trap (01 nos.)
• CP brass floor trap jali (01 nos).
• CP brass bib cock long body (01 no for utility area).
11.6 Urinal assembly for Each urinal assembly shall be with following minimum number of
common toilets fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
• Urinal bowl with CP brass waste jali (01 no)
• Frosted toughened glass partition of standard size for urinal on
both side (02 nos).
• Concealed cistern with internal fittings (01no)
• Urinal sensor with SS plate (01 no).
• CP brass bottle trap (01 no).
11.7 Mirror Float mirror of 6 mm thickness with bevelled edges above counter of
each wash basin slab has to be provided with 8 mm thick HDF
backing and to be covered with decorative type PVC laminated
beading 50 mm wide all-around the mirror.
11.8 Soil, waste & vent All the sanitary pipes including fittings shall be Hubless centrifugally
pipes and fittings cast (spun) iron pipe epoxy coated inside & outside as per IS: 15905
exposed on walls and suspended below slabs using pre painted angle
iron clamps with GI threaded rods of 10 mm dia and fixed over GI Z
clamp (along with threaded U clamps) of minimum 3 mm thickness
of appropriate size in the shafts to be fixed with appropriate capacity
GI wedge type metal fasteners.
All CI to be painted with 2 or more coats of enamel paint of approved
colour and brand as per direction of engineer in charge. 90 degree
bends to be avoided and to be provided with Y, YT, 45 degree bends
and large radius bends in case of junctions, change of alignments.
Sufficient cleanout plugs to be provided in each line and all traps to
be provided with self-cleansing P trap/floor trap of minimum 100 mm
dia. Joints of pipes to be provided with SS 304 grade coupling with
EPDM gasket as per CPWD specifications and manufacturer’s
specifications.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-159
Wherever S&S joints are required, same to be provided with drip seal
of NECO as per manufacturer specifications. Minimum dia of all
such hubless pipes and fittings shall be 100 mm irrespective of
design. Testing of joints to be conducted as per approved design &
as per CPWD Specification 2019
11.9 Painting of CI Pipes 2 or more coats of Synthetic enamel paint over a coat of zinc oxide
(a) Exposed on rich primer.
buildings
11.10 Manhole Minimum size of 90x80x45 cm and 120x90x100 cm, Circular
Manholes exceeding 1.5 m depth as per CPWD specifications at a
spacing not exceeding 10 metres, besides manhole at every junction,
change of alignment and gradient with SFRC cover and frame of HD-
20 tonne category. Vertical stack of waste water and other drainage
except soil pipe shall discharge in to SW gully trap with chamber and
cover (as per CPWD specifications) of 150 mm dia which shall
further discharge into nearest manhole.
In sub-soil or adverse soil conditions, manholes & encasing pipes
shall be as per approved credible structural design to avoid sinking
and settlement of lines/manholes.
Note: Orange colour safety foot rest of minimum 16mm thick plastic
encapsulated to be provided complete as per IS: 10910.
11.11 Pipe between manhole RCC NP-2 pipe of minimum 200 mm dia shall be provided for
& service manhole smooth/ healthy drainage system with proper slope as per approved
design, CPWD specifications, IS codes and NBC-2016 Norms. Size
of pipe from gully trap to first manhole shall be minimum 150 mm
dia.
11.12 Chambers for: Brick masonry chambers of appropriate size with C.I. surface box
a) Sluice Valve complete as per CPWD specification.
b) Fire Hydrant
11.13 Thrust Blocks CC 1:2:4 (1 Cement: 2 Coarse sand: 4 graded stone aggregate 20 mm
nominal size).
12 Water supply line
12.1 External pipeline Providing and fixing (minimum 54 mm outer dia or as per plumbing
design) Stainless Steel pipe and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of
joints complete as per DSR-2021 item No. 18.85A & direction of
Engineer-in-charge. This item includes all fittings and fixtures
required for making the pipe line functional as per DSR-2021 item
No. 18.85 to 18.105 & nothing extra shall be paid on this account.
12.2 Internal piping Internal Work (Exposed on wall):

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-160
Providing and fixing Stainless Steel pipe (minimum 222222222 mm
outer dia or as per plumbing design) and fitting of grade 316L as per
IS 6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of
joints complete as per DSR-2021 item No. 18.85A & direction of
Engineer-in-charge. This item includes all fittings and fixtures
required for making the pipe line functional as per DSR-2021 item
No. 18.85 to 18.105 & nothing extra shall be paid on this account.
Internal Work (Concealed i/c Hot Water & Dual Plumbing):
Providing and fixing Stainless Steel pipe (minimum 15 mm outer dia
or as per plumbing design) and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of
joints complete as per DSR-2021 item No. 18.86A & direction of
Engineer-in-charge. This item includes all fittings and fixtures
required for making the pipe line functional as per DSR-2021 item
No. 18.85 to 18.105 & nothing extra shall be paid on this account.
Hot water plumbing to be provided in toilets with same pipe and to
be covered with glasswool / rockwool insulation of 32 density before
concealing.

Contractor shall arrange adequate equipment for testing pressure


before application overlay finishing.
12.3 Over Head Tanks Domestic and fire fighting water supply:
(OHT) Provision of SMC (Sheet Moulding Compound) Panel tanks of
designed capacity for supply of drinking and domestic water use
(except flushing & horticulture) including partition/ separate tank for
firefighting requirement as per NBC-2016 norms.
Treated water supply for flushing & Horticulture:
Provision of a separate tank SMC (Sheet Moulding Compound)
Panel tanks of designed capacity for storage and supply of treated
water from STP / ETP for dual plumbing system for flushing and
Horticulture purpose.
The SMC panel tanks shall be provided with all foundations and
structural support arrangement as per design, drawings &
specification of the manufacturer as per contract condition and
approval of Engineer-in-Charge.
Additional condition to be provided for SMC Panel tank
(a) OHT placed on terrace SMC panel tanks of minimum capacity of 7,500 litres or as per
of T-4 Qtrs design, whichever is more.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-161
(b) OHT placed on terrace SMC panel tanks of minimum capacity of 28,000 litres or as per
of Senior Resident design, whichever is more.
Hostel
(c) OHT placed on terrace SMC panel tanks of minimum capacity of 9,500 litres or as per
of Nurses Hostel design, whichever is more.
12.4 Accessibility of All the blocks, railings, ramp, handicap toilet and rooms shall be
buildings accessible by differently abled persons as per GRIHA/GHAR,
CPWD/NBC 2016 norms, whichever is higher. Tactile Tiles is to
provided form main Entrance gate at ground floor to the enquiry
counter, lift lobby & toilet at ground floor as per approved drawing
and provision of NBC-2016 and as per direction of Engineer –in-
charge.
Toilets for differently abled persons as per GRIHA/GHAR,
CPWD/NBC 2016 norms, whichever is higher shall be provided as
per approved drawings and direction of Engineer-in-charge.
13 Signage Works
13.1 Indoor Signage Rigid Photo luminescent based glow-in-the-dark rigid sheet with
high intensity luminous properties enclosed in a transparent weather-
proof UV stabilized coated sheet. With UV screen printing by
imported inks. thickness-1 mm (plus/minus 10%), Service temp- -
20to +80 deg, Application- Suitable for indoor use, Surface colour-
Greenish Yellow, Visibility- Glow upto 24 hrs in total darkness,
Other properties – Fungistatic, Non- radioactive, Contains no lead or
phosphorus, no health or environmental problem, Simple to install
and easy to maintain, can be screw or just peel off to stick, Self
extinguishing. All signage’s as per NBC 2016.
13.2 Internal Signages
13.3.1 Size in mm Providing and fixing of signages, modular curved frame technology,
of various widths and lengths, to form suggested usages, made of
aluminium extruded sections, duly anodized, all signages shall be
provided with 0.6-0.8mm polycarbonate protecting film over the
prints, of appropriate size.
a 210x1200 CEILLING DRIECTION SIGN BOARD
b 210x400 DIRECTION ARROWS
c 210x400 ROOM NO DIRECTION PLATE
d 80X120 ILLUSION C-80,ROOM NUMBER
e 80X400 ILLUSION C-80, ELECTRICAL PANEL
f 150X450 LIFT NUMBER
g 150X400 STAIR NUMBER PLATE
h 210X250 STAIRCASE (BOTH SIDE) WALL PROJECTED
i 120X120 STAIRS
j 120X120 AUTHORISED PERSONAL ONLY

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-162
13.3.2 1000x1120 MAIN DIRECTORY
Providing and fixing Main Directory assembled with standard
alluminium extruded plates, duly anodized. The plates shall be of size
1no. of 1000x120mm as top subject plate and 10nos. 1000x100 mm
contents plates. Each of the plates shall be provided with 0.8 mm
thick polycarbonate protecting film over the printed text.
13.3.3 1000x1120 FLOOR DIRECTORY
Providing and fixing Floor Directory assembled with standard
alluminium extruded plates, duly anodized. The plates shall be of size
1no. of 600x120mm as top subject plate and 10nos. 600x100 mm
contents plates. Each of the plates shall be provided with 0.8 mm
thick polycarbonate protecting film over the printed text.
13.3.4 300X300 FLOOR LEVEL
Providing and fixing Floor Level assembled with standard
alluminium extruded plates, duly anodized. Each of the plates shall
be provided with 0.8 mm thick polycarbonate protecting film over
the printed text.
13.3.5 250X250 ELEVATOR DISCLAIMER PLATE
Providing and fixing of 1.5mm,polished,304 grade, Stainless steel
plate, duly etched and filled with prescribed enamel colors to form a
elevator disclaimer, of size 250x250mm.
13.3.6 Size in mm Providing and fixing prohibition signage, made of aluminium
composite panel, and all text and pictograms as screen printed and
melamine coated, all fixtures in 304 grade SS, all design as per
architects approval.
a 200X200 NO SMOKING
b 200X200 NO SPITING
13.3.7 Size in mm Providing and fixing of parking Direction sign postings measuring
1800 mm/1200 mm long, 275 mm high fabricated of 25mmx25mm
square MS pipe framing covered with 3mm thick ACP all around
which is lined with Retro reflective vinyl to its full surface and further
lined with Reflective Vinyl duly designed and cut to signage text.
The sign posting suspended by means of stainless steel suspenders,
as per design.
a 1800x275 Parking Direction Signs ceiling hung.
b 1200x275 Parking Direction Signs ceiling hung.
13.3.8 400x400 Warning Signs on Columns in set of three.
Providing and fixing warning sign measuring 400x400 mm framed
with 25mmx25mm MS square pipe covered with 3mm thick ACP on
front and edges all around which is lined with Retro reflective vinyl
(AVERY HIP make),to its full surface and further lined with
Reflective Vinyl duly designed and cut to signage text. Signs are in

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-163
set of three, depicting pictogram of No smoking, No horn, and Make
use dust bin.
13.3.9 400x400 Directive wall signs.
Providing and fixing Directive Wall signs measuring 400x400 mm
of design and specification developed as for WSC as above.
13.4 Exterior Signages
13.4.1 Size in mm Providing and fixing Customized signage made of Stainless steel 304
grade Channel letters with 5mm laser cut acrylic of 1600mm height,
100 mm in depth with acrylic front with LED internally illumination.
The letters shall be mounted on MS framing as per approved design.
a 43500X1600 Main Gate
b 2500x450 GATE NO
13.4.2 3000x1000 Subsidiary Entrance Sign
Providing and fixing of exterior signage, to be fixed with the help of
MS framework, Signage to be made of MS pipe frame work, cladded
with 3mm Aluminium composite panel, duly cut by CNC router, and
the letters to be laser cut,10mm casted clear acrylic, inserted in a cut
out fitted on 4 mm 040 casted acrylic, the letters front to be 3M day
and night electrocut vinyl, The signage shall illuminated with back
lit LED of at least 5Yrs guarantee, (certificate to be provided, by the
makers of LED), complete in all respects recommended size
3000x1000
13.4.3 830x2400 Building name TOTEM
Providing and fixing of TOTEM, stating name of building on both
sides, made of 0.8mm thick aluminium sheet duly painted with
Polyurethene paint of approved make and shade, aluminium sheet
bended to form a curve, and supported by moulded plastic
components to hold the curve, the moulded plastic components to be
fixed on aluminium rails with clip on arrangement, The Totem shall
be mounted over a rectangular base 300 mm high as per design.
13.4.4 600x800 Drive way Sign
Providing and fixing Drive way Sign measuring 600 x 800 mm
mounted and fixed to GI round powder coated pipe with customized
fixtures as developed . The signs are framed with 25x25 mm MS pipe
covered with 3mm thick ACP, Retro reflective vinyl and Reflective
Vinyl as for Parking Direction Sign postings
13.4.5 500x500 Traffic regulatory Signage.
Providing and fixing of traffic regulatory signages, made on 3mm
aluminium sheet size 500x500, mounted on MS 60x60mm poles,
2400mm high, signage to be made with retro reflective HIP sheet of
AVERY make, and text /pictogram on reflective vinyl. MS pipe to
be grouted and painted as per the specs provided in the drg.
13.4.6 1250x 1600 External Signage.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-164
Providing and fixing External Signage measuring 4 nos, 1200 mm
long, 200 mm high Sign frames made up of 25x 25 mm MS square
pipes covered with 3 mm thick ACP, Retro reflective vinyl and
Reflective Vinyl as for Parking Direction Sign postings. Framed
signs are secured to 2 GI round powder coated pipe poles 1600 mm
high with customized fixtures as developed
13.4.7 Size in mm Providing and fixing Building directory TOTEM of size measuring
1500mmx3600mm at main entrance Lobby/ Foyer fabricated with
MS rigid sections of allied sizes to approved design.
a As per location Building TOTEM
B As per location Site map

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-165
Non-Residential Buildings: Minimum Acceptable Specifications

• Sub-Station
• Pump House
• Mortuary
• MGPS
• Laundry
• STP & Pump Room
• Shopping Complex
• Sarai
• Chiller plant

Sl.No Item of work Specification (Non-Residential Buildings)


1 Foundation & super As per structural requirement and design based on soil investigation,
structure approved drawings, NIT conditions & latest relevant IS codes.
1.1 Foundation for: Building shall be earthquake resistant RCC framed structure with
minimum RCC combined/ isolated footings with minimum M30
grade of design mix concrete and FE500D reinforcement, centering,
shuttering, and support, as per approved structural design & drawings
based on detailed soil investigation report & latest relevant IS codes
& NBC-2016. Minimum reinforcement in foundation to be kept at
1% of the cross-sectional area of foundation irrespective of design.
The minimum depth of foundation shall be 1.5 mtr. and the same
shall be measured from the natural ground level (NGL).
Full brick work using red clay bricks (non-modular) of class
designation 7.5 below all peripheral beams/ grid beams upto depth of
foundation shall be provided to retain the filling.
1.2 Plinth Filling
(a) Sand filling under With Local fine sand of river, 150mm thick in ground floor.
floors/ Ramp
(b) Concrete under floor/ 100 mm thick M10 grade lean concrete in batch mix/ RMC below
foundation foundation and floor in case of ground floor.
(c) RCC for plinth / grade 125 mm thick RCC of minimum M30 grade of concrete shall be laid
slab at plinth level in ground floors with minimum 8 mm dia. TMT bars
(FE 500D) @ 200 mm c/c both ways.
1.3 Plinth Protection 900 mm wide with 100 mm thick M-25 grade concrete with nominal
TMT reinforcement of 8mm dia @ 300mm spacing in both ways
topped with 30 mm thick red/white sandstone over 75mm thick bed
of M-10 concrete with 75mm thick brick on edging laid lengthwise
to 150mm depth and false squares on top and finishing the exposed
brick work and concrete edge with cement plaster etc complete.
2 Water proofing
treatment

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-166
2.1 Raft foundation of 1.2 mm thick HDPE membrane + Integral crystalline admixture for
Under Ground RCC water proofing treatment @ 0.80% (minimum) to the weight of
Tank, STP/ ETP cement content per cubic meter of concrete) or higher as
recommended by the manufacturer’s specification in reinforced
cement concrete all as per Special Conditions of Contract and
direction of Engineer-in-Charge.
2.2 Walls of Under Integral crystalline admixture for water proofing treatment @ 0.80%
Ground RCC Tank & (minimum) to the weight of cement content per cubic meter of
STP/ETP concrete) or higher as recommended by the manufacturer’s
specification in reinforced cement concrete.
2.3 Inner & outer face of
walls & top of base
of:
a Under Ground RCC A layer of 1.5 mm thick double sided, modified bitumen
Tank waterproofing membrane with cross laminated PE film over bonding
slurry comprising of single-component polymer modified
cementitious adhesive (for wet application on the retaining wall) +
01 coat of modified cementitious adhesive on exposed surface of
membrane + 20 mm thick plastering to prevent the damage of
membrane all as per Special Conditions of Contract and direction of
Engineer-in-Charge + Lining the walls and floors with ceramic tiles
of size 300 x 300 mm.
b STP/ETP A layer of 1.5 mm thick double sided, modified bitumen
waterproofing membrane with cross laminated PE film over bonding
slurry comprising of single-component polymer modified
cementitious adhesive (for wet application on the retaining wall) +
01 coat of modified cementitious adhesive on exposed surface of
membrane + 20 mm thick plastering to prevent the damage of
membrane all as per Special Conditions of Contract and direction of
Engineer-in-Charge.
2.4 In sunken portion in Providing and applying integral crystalline slurry of hydrophilic in
toilets, kitchen & nature for waterproofing treatment all as per Special Conditions of
Balconies with/ Contract and direction of Engineer-in-Charge.
without sunken slab
2.5 On Roof/ Open Integral crystalline admixture for water proofing treatment @ 0.80%
Terrace (minimum) to the weight of cement content per cubic meter of
concrete) or higher as recommended by the manufacturer’s
specification in reinforced cement concrete + Elastomeric composite
Waterproofing and Insulation system consisting of PU puff insulation
with PU coating on mother slab & Puff insulation followed by Sun
Reflectivity Index (SRI) coating on top of concrete all as per Special
Conditions of Contract and direction of Engineer-in-Charge.
3 Super structure

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-167
3.1 Super structure Building shall be earthquake resistant RCC framed structure (or as
per choice of structural system technology) with minimum M30
grade of design mix concrete and FE500D reinforcement, centering,
shuttering and support as per approved structural drawing &
structural design based on detailed soil investigation report & latest
relevant IS codes with infill walls. Provision of expansion joint shall
be kept in the structure as per the NBC 2016 norms and relevant
applicable BIS codes. RCC in column, beams, shear walls and slab
shall be in minimum M30 grade as per the approved structural
drawing with design mix concrete / RMC with permissible
admixture, centering, shuttering and FE500D reinforcement. MS
centering / shuttering and scaffolding material etc. shall be used in all
RCC work to give and even finish of concrete surface. Minimum
cement content (only PPC cement content part) in M30 grade RCC
shall be 410 kg/cum irrespective of the mix design.
3.2 Internal/ External
Walls
(a) All external walls All external walls shall be with 230 mm thick fly ash brick masonry
including staircase (class designation 7.5) with cement mortar in ratio of 1: 6 (1 cement:
walls etc. 6 coarse sand). This includes providing and laying of 100mm thick
RCC band of M30 grade concrete having 4 nos 10mm dia TMT bar
along the length of the band and connecting stirrup of 8mm dia TMT
bar @ 150mm centre to centre at sill level and lintel level.
(b) Partition Walls / 115 mm thick partitions will be provided with fly ash brick masonry
Internal Walls (class designation 7.5) with cement mortar in ratio of 1:4 (1 cement:
4 coarse sand) in all areas.
(c) Parapet Walls

Sub-Station, Pump 450 mm high, 230 mm thick parapet with fly ash brick masonary
House Mortuary, (class designation 7.5) with cement mortar in ratio of 1:4 (1 cement:
MGPS, CSSD, 4 coarse sand).
Laundry, STP &
Pump Room, Chiller
plant
Shopping Complex, 450 mm high, 230 mm thick parapet with fly ash brick masonary
Canteen, Sarai (class designation 7.5) with cement mortar in ratio of 1:4 (1 cement:
4 coarse sand) + 900 mm high railing (measured from top of brick
masonary) with 316 grade stainless steel (matt finish/ brushed steel
finish) of 50 mm dia. & 15 gauge thick handrail with adequate rods
parallel to handrail, balusters, flanges, end caps, newel posts with
caps etc. complete as per approved drawing and direction of
Engineer–in–charge. Minimum weight of railing unit should not be

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-168
less than 18 kg/sqm. The manufacturing of stainless-steel railing
should be modular/ knock down type.
(d) Junction of Masonry 80 GSM Glass fibre mesh of approved make shall be provided on
& RCC junction of masonry and RCC surface, on both sides external and
internal walls.
4 Doors & Windows
4.1 Door shutters &
frames
Main entry doors Polyester powder coated (minimum 60 micron) Aluminium door
(double leaf) at shutters of size 1500/ 2000 x 2100 mm with following minimum
locations as per fittings per door:
approved drawings. SS 304 100x 60x 2.5 mm barrel euro hinges of minimum 120 kg
capacity = 04 nos/ leaf.
SS 304 flush bolt of 600 mm with dust proof strike = 02 nos.
D type SS 304 tubular handle 19 mm dia x 200 mm center to center
= 01 pair / leaf.
Slide arm/ Scissor arm type hydraulic Door closer of capacity 120 kg
with twin controls of swing and latch speeds = 01 no / leaf.
Heavy type PVC Door buffer 75 mm = 02 no.
Mortise dead lock with euro profile double cylinder & escutcheon,
with both side keys or one side key and other thumb turn as approved
with 3 keys= 01 no.
Glazing with 6 mm toughened glass with film in pattern as approved
by Engineer-in-charge.
4.3 Entry doors (double 35 mm thick factory laminated wooden Flush door shutters of size
leaf) at locations as 1350/1500/1800/2000 x 2100 mm (pine wood block board
per approved construction) with minimum 1 mm thick laminate on both sides and
drawings. PU painted on edges with frame of 2nd class kiln seasoned and
chemically treated teak wood section frame (125/100x70 mm) as per
approved design & drawings and & direction of Engineer-in- charge
following fittings per door single leaf:
SS-304 grade Ball-bearing hinges minimum 120 kg capacity = 04 nos
/ leaf.
SS 304 flush bolt of 600 mm with dust proof strike = 02 nos.
D type SS 304 tubular handle 19 mm dia x 200 mm center to center=
01 pair / leaf.
Slide arm/parallel arm type hydraulic Door closer of capacity 120 kg
with twin controls of swing and latch speeds = 01 no / leaf.
Heavy type PVC Door buffer 75 mm = 02 no.
SS/Brass single rubber Door stopper = 01 no.
Mortise dead lock with europrofile double cylinder & escutcheon,
both side keys or one side key and other thumbturn as approved with
3 keys= 01 no.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-169
Vision panel of minimum size 300 x 300 mm with 6 mm thick clear
toughened glass as per requirement.
(a) Rolling Shutter at Supplying and fixing rolling shutters of approved make, made of
locations as per required size M.S. laths, interlocked together through their entire
approved drawings. length and jointed together at the end by end locks, mounted on
specially designed pipe shaft with brackets, side guides and
arrangements for inside and outside locking with push and pull
operation complete, including the cost of providing and fixing
necessary 27.5 cm long wire springs manufactured from high tensile
steel wire of adequate strength conforming to IS: 4454 - part 1 and
M.S. top cover of required thickness for rolling shutters.
(b) Main entry security SS Security door of size 1000x2100 mm, minimum grade-304 with
door at locations as SS frame of same grade, SS mosquito wire mesh as per approved
per approved design & drawings and & direction of Engineer-in- charge with the
drawings following fittings per door:
• SS-304 grade tower Bolt 250x10 mm = 01 no.
• SS-304 grade tower Bolt 200x10 mm = 01 no
• Pair of SS 304 hollow D type lever handles on rose with
Mortise latch and lock (6 pin euro cylinder with one side keys
and one side thumb turn lever with 3 keys) with lever rose
and escutcheon (Minimum Lock body of 165 mm) = 01 no.
• SS/Brass single rubber Door stopper = 01 no.
• Heavy type PVC Door buffer 75 mm = 01 no.
• Slide arm/Scissor arm type hydraulic Door closer of capacity
120 kg with twin controls of swing and latch speeds = 01 no
• SS-304 grade Ball bearing hinges= 04 nos.
(c) Internal Doors 35 mm thick factory laminated wooden Flush door shutters of size
1000x2100 mm (pine wood block board construction) with minimum
1 mm thick laminate on both sides and PU painted on edges with
frame of 2nd class kiln seasoned and chemically treated teak wood
section frame (125/100x70 mm) as per approved design & drawings
and & direction of Engineer-in- charge following fittings per door
single leaf:
• SS -304 grade Sliding Door Bolt 250x16 = 02 nos.
• SS-304 grade tower Bolt 250x10 mm = 01 no.
• SS-304 grade tower Bolt 200x10 mm = 01 no.
• SS-304 grade handle 125mm = 02 nos.
• SS/Brass single rubber Door stopper = 01 no.
• Heavy type PVC Door buffer 75 mm = 01 no.
• SS Magic Eye (on main entrance door only) = 01 no.
• SS-304 grade Ball bearing hinges = 04 nos.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-170
(d) Toilet / bath doors Factory made single extruded 35 mm thick WPC (Wood Polymer
Composite) solid both side decorative type flush door shutter
850x2100 mm of as per DSR-2021 Item no. 26.88 with edges PU
painted with factory made single extruded WPC (Wood Polymer
Composite) Frames of appropriate size & as per approved design &
drawings and & direction of Engineer-in- charge with following
fittings per door single leaf:
• SS -304 grade Sliding Door Bolt 200x16 = 01 nos.
• SS-304 grade tower Bolt 250x10 mm = 01 no.
• SS-304 grade tower Bolt 200x10 mm = 01 no.
• SS-304 grade handle 125mm = 02 nos.
• Heavy type PVC Door buffer 75 mm = 01 no.
• SS-304 grade Ball bearing hinges= 04 nos.
(e) Fire doors at locations Providing and fixing of ISI marked insulated fire check doors of
as per approved required size with 120 minutes fire rating with 30 minutes insulation
drawings. all as per Special Conditions of Contract and direction of Engineer-
in-Charge
(f) Doors for Physically Factory laminated sliding door (on top rail) made of single extruded
handicapped toilets WPC (Wood Polymer Composite) solid both side decorative type
flush door shutter of size 1000x 2100 mm with 30 mm thickness as
per DSR-2021 Item no. 26.88 with edges PU painted with SS/Nylon
rollers and guide at bottom and suitable locking arrangement from
inside with following minimum fittings:
• SS/Nylon rollers of minimum 80 kg capacity with aluminium
guide/top rail and guide at bottom.
• Pair of SS 304, D type Tubular handle of 19 mm/22 mm dia
x 300 mm c/c = 02 nos.

(g) Electrical room, Providing and fixing of ISI marked uninsulated fire check doors of
Electrical shaft, UPS required size with 120 minutes fire rating all as per Special
room & other E&M Conditions of Contract and direction of Engineer-in-Charge.
related rooms
4.2 Windows & Frames
(a) Windows & Double Rebate Air Tight Window System (Fixed, Casement or
Ventilators combination thereof) fabricated from roll-formed sections made of
Color Coated / Powder Coated Galvanized Steel sheets with wire
mesh, glazing and security grill all as per Special Conditions of
Contract and direction of Engineer-in-Charge.
4.3 Cupboards &
Modular Kitchen
cabinets

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-171
(a) Cupboards in rooms & Providing and fixing factory made 18 mm thick single extruded WPC
Built in Kitchen (Wood Polymer Composite) solid board one side white colour and
Cabinet below other side of board laminated with PVC foil of minimum 14 micron
cooking platform & thickness of approved design pasted with hot melt adhesive for
on walls as per shutter of kitchen cabinets of required sizes comprising of virgin
approved drawings polymer of K value 58-60 (Suspension Grade), calcium carbonate
–Shutter, partition and natural fibers (wood powder/ rice husk/wheat husk) and nontoxic
board & shelves etc. additives (maximum toxicity index of 12 for 100 gms) having
minimum density of 650 kg/cum and screw withdrawal strength
of 1800 N (Face) & 900 N (Edge), minimum compressive strength
50 N/mm, modulus of elasticity 850 N/mm and resistance to spread
of flame of Class A category with property of being termite/borer
proof, water/moisture proof and fire retardant and fixing with
stainless steel piano hinges/soft close clip on concealed hinges of
required size with necessary full body threaded star headed counter
sunk S.S screws, all as per DSR-2021 Item no. 26.89 & as per
approved drawings & direction of Engineer-In-Charge.
(b) Built in Kitchen Providing and fixing factory made 12 mm thick single extruded WPC
Cabinet below (Wood Polymer Composite) solid plain white color board for backing
cooking platform & of cup boards and bathroom/kitchen cabinets etc. of required size
on walls as per comprising of virgin polymer of K value 58-60 (Suspension Grade),
approved drawings calcium carbonate and natural fibers (wood powder/ rice husk/wheat
– Backing husk) and non toxic additives (maximum toxicity index of 12 for 100
gms) having minimum density of 650 kg/cum and screw withdrawal
strength of 1800 N (Face) & 900 N (Edge), minimum compressive
strength 50 N/mm2, modulus of elasticity 850 N/mm2 and resistance
to spread of flame of Class A category with property of being
termite/borer proof, water/moisture proof and fire retardant and
fixing with stainless steel screws etc. all as per DSR-2021 Item No.
26.90 and as per approved drawings and direction of Engineer-In-
Charge.
5 Flooring Floor level shall be maintained during casting of RCC slab to
accommodate the various type of flooring level, no extra payment
shall be made on this account.
5.1 Mortuary, 600 x 600mm full body vitrified antibacterial tiles (Nano Coating) of
approved make conforming to IS: 15622, in all colours and shades,
laid with 3 mm spacers and using 6 mm thick Type 2 adhesive
including grouting the joints of floor tiles with antibacterial epoxy
grouting of desired shade.
5.2 Sarai, Shopping 600 x 600mm full body vitrified of approved make conforming to IS:
Complex 15622, in all colours and shades, laid with 3 mm spacers and using 6
mm thick Type 2 adhesive including grouting the joints of floor tiles
with epoxy grouting of desired shade.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-172
5.3 Canteen Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
black galaxy, telephonic black, black pearl pre-polished granite fixed
with Type 2 stone adhesive & pointing with white cement slurry
admixed with pigment of matching shade in required design and
patterns all complete as per the approved drawings & as approved by
Engineer-in-charge. The size of granite slabs should not be less than
1200 mm x 600 mm along with border not less than 150 mm width.
5.4 Sub-station, pump Kota stone flooring minimum 25 mm thick with 100 mm wide marble
house, MGPS, STP strips as per pattern over a bed of 20 mm thick cement mortar of ratio
pump room, CSSD, 1:4 (1 cement: 4 coarse sand). The size of kota stone shall not be less
Laundry than 600x600 mm.
5.5 Other misc. Common Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
areas black galaxy, telephonic black, black pearl pre-polished granite fixed
with Type 2 stone adhesive & pointing with white cement slurry
admixed with pigment of matching shade in required design and
patterns all complete as per the approved drawings & as approved by
Engineer-in-charge. The size of granite slabs should not be less than
1200 mm x 600 mm along with border not less than 150 mm width.
5.6 Toilets, Kitchen Minimum 600x600 mm size full body vitrified unglazed tiles of
approved make with floor slip rating R11 as per DIN standard
(thickness to be specified by the manufacturer) with water absorption
less than 0.08% and conforming to IS: 15622, of approved make in
all colours, shades & patterns as approved by Engineer-in-charge laid
with 3 mm PVC spacers and using 6 mm thick Type 2 adhesive
including grouting the joints of floor tiles by using epoxy grout of
desired shade.
5.7 Ramps Minimum 18 mm thick granite sand blasted finish/ lappato finish/
leather finish of Jet Black, Cherry red, Elite brown, lakha red, black
galaxy, telephonic black, black pearl (pre-polished) of approved
shade as decided by Engineer in charge with a combination of Tactile
tiles (14.9 mm thick) & use of Braille Signages as per CPWD
specifications and approved drawings & direction of Engineer-in-
charge.
5.8 Windows & Minimum 18 mm thick, Jet Black, Cherry red, Elite brown, lakha red,
Ventilator Sills & black galaxy, telephonic black, black pearl pre-polished granite (in
Jambs single piece) with pre moulding / nosing, fixed with Type 2 stone
adhesive as approved by Engineer-in-charge.
5.9 Tactile Tile Providing and laying tactile tile (for vision impaired persons as per
standards) of size 300x300mm and approved thickness having with
water absorption less than 0.5% and conforming to IS:15622 of
approved make in all colours and shades in for outdoor floors such as
footpath, court yard, multi modals location etc., laid on 20mm thick
base of cement mortar 1:4 (1 cement : 4 coarse sand)/ adhesive, as

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-173
per direction of engineer-in- charge in all shapes & patterns including
grouting the joints with white cement mixed with matching pigments
etc. complete as per DSR-2021 item No. 16.90 & as per direction of
Engineer-in-Charge.
5.10 Counter for wash Granite slab 18 mm thick Jet Black, Cherry red, Elite brown, lakha
basin red, black galaxy, telephonic black, black pearl granite gang saw cut
mirror polished (pre-moulded and pre- polished) machine cut of
approved size, shade, colour and texture laid over base cement mortar
with joints treated with epoxy grout, mixed with matching pigment,
epoxy touch ups, including rubbing, moulding and polishing to edge
to give high gloss finish etc. fixed with Type 2 stone adhesive
supported over minimum 50 mm thick RCC cantilever platform as
per approved drawings & as per direction of Engineer-in-Charge.
6 Skirting/ Dado
6.1 Sarai, Shopping Specifications for materials of skirting will be same as for flooring
Complex with matching joint pattern and should be of 150 mm height or as
Sub-station, pump decided by Engineer-in-charge.
house, MGPS, STP
pump room, CSSD
6.2 Mortuary, Laundry, Specifications for materials of wall lining/ dado will be same as for
Canteen flooring with matching joint pattern and should be of 1500 mm height
or as decided by Engineer-in-charge.
6.3 Toilet, Kitchen Dado upto false ceiling/ ceiling height shall be done with Ist quality
ceramic glazed Digital Concept Series wall tiles of minimum size 300
mm X 600 mm conforming to IS: 15622 (thickness to be specified by
the manufacturer), of approved make in all colours, shades as
approved by Engineer-in-Charge & fixed using 6 mm thick Type-3
adhesive.
7 Kitchen
7.1 Cooking platform Minimum 18 mm thick Granite slab Jet Black, Cherry red, Elite
brown, lakha red, black galaxy, telephonic black, black pearl gang
saw cut mirror polished (pre-moulded and pre- polished) machine cut
for platforms of approved size including facia in shade, colour and
texture including rubbing, moulding and polishing to edge to give
high gloss finish etc. using high strength polymer modified stone
adhesive and supported over 75 mm thick RCC slabs and vertical 100
mm thick cement concrete masonry, complete as per approved
drawing and as per direction of Engineer-in-Charge.
7.2 Kitchen Sink Stainless steel AISI 304 (18/) Kitchen sink as per IS 13983 with drain
board with minimum size 510x1040x250mm as per DSR-2021 item
no. 17.10.1.1.
8 Staircase

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-174
8.1 Landing, Tread Minimum 18 mm thick granite sand blasted finish/ lappato finish/
leather finish of Jet Black, Cherry red, Elite brown, lakha red, black
galaxy, telephonic black, black pearl (pre-polished) of approved
shade as decided by Engineer in charge as per CPWD specifications
and approved drawings. Single piece granite stone slab shall be
provided in treads with 18 mm pre-moulded double nosing.
8.2 Riser Minimum 18 mm thick single piece polished granite of Jet Black,
Cherry red, Elite brown, lakha red, black galaxy, telephonic black,
black pearl pre-polished granite of approved shade as decided by
Engineer in charge shall be used for risers.
8.3 Railing in staircase / 1.2 meter high railing with the provision of additional hand rail to
Ramps facilitate the differently abled persons wherever required, with 304
grade stainless steel (matt finish/ brushed steel finish) of 50 mm dia.
& 15 gauge thick handrail with adequate rods parallel to handrail,
balusters, flanges, end caps, newel posts with caps etc. complete as
per approved drawing and direction of Engineer–in–charge. Railing
shall be side mounted/ floor mounted as per directions of Engineer in
charge using modular mountings. Minimum weight of railing unit
should not be less than 18 kg/sqm in corridors and 15 Kg/sqm in other
elevational area. The manufacturing of stainless-steel railing should
be modular/ knock down type.
8.4 Rain Water Pipes All the Rain Water pipes including their fittings shall be unplasticized
Rigid UPVC rainwater pipes of minimum 160 mm dia, conforming
to IS: 13592 Type A, exposed on walls/ in the shafts to be executed
as per CPWD specification 2019.
9 Finishing
9.1 Plastering on walls 1. 15mm thick plaster with polymer modified ready mix plaster of
(External) fine grade Portland cement, graded sand and polymers with water
soluble additives as per manufacturer’s specification of approved
make and as per direction of Engineer-in-charge complete and
applying cement based wall putty before painting.
2. Providing Geo-synthetic fibre mesh specification to be of 300 mm
wide in the junction of dissimilar materials before plastering on
inner and outer side of junctions.
3. Necessary drip course shall be provided in all Chajja, Balcony,
Projecting Roof, Beams etc.
9.2 Plastering on walls & On internal walls: 12 mm/ 15 mm thick plaster with polymer
Ceilings (Internal): modified ready mix plaster of fine grade Portland cement, graded
sand and polymers with water soluble additives as per manufacturer’s
specification of approved make and as per direction of Engineer-in-
charge complete and applying cement based wall putty before
painting.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-175
On Ceiling: 6 mm thick plaster with polymer modified ready mix
plaster of fine grade Portland cement, graded sand and polymers with
water soluble additives as per manufacturer’s specification of
approved make and as per direction of Engineer-in-charge complete
and applying cement based wall putty before painting.
Putty: Internal surface shall be made smooth with cement based
white 1mm thick putty before painting work.
Glass Fiber Mesh: Necessary glass fibre mesh (80 gsm) shall be
provided, if required, over chases of electrical conduit and concealed
pipeline and shall be neatly finished.
9.3 Internal finishing Exposed Ceiling- 1mm cement-based wall putty, one coat of cement
primer, two or more coats of premium plastic emulsion paint with
low VOC of approved make and as per direction of Engineer-in-
charge. However, wherever false ceiling is provided, slabs shall be
treated with one coat of cement primer and white cement-based putty
of 1 mm thickness.
Internal walls- 1mm cement based wall putty, one coat of cement
primer, two or more coats of premium plastic emulsion paint with
low VOC of approved make and as per direction of Engineer-in-
charge.
9.4 External finishing Providing and applying Acrylic Weatherproof exterior emulsion
paint with silicon additive of required shade on the surface of Rustic
Textured Exterior Plaster of thickness 1.5- 2.0 mm applied over
exterior wall primer over new wall surface. Preparation of wall
surface using cement based wall putty shall also be done. The rates
shall include all materials and labour etc. for all heights complete and
as per direction of Engineer-in-charge. This item includes the
following operations:
1. Providing and applying white cement based putty of minimum
average thickness 1 mm, of approved brand and manufacturer,
over the plastered wall surface to prepare the surface even and
smooth complete.
2. Applying one coat of Rustic Textured Exterior plaster of 1.5
mm to 2 mm thick using steel trowel finished to generate texture
as approved by Engineer-in-charge. (Consumption of material
shall not be less than 3kg/ sqm or as per manufacturer
specification whichever is more).
3. Applying exterior wall primer over new surface of wall
(Consumption of material shall not be less than 0.10 litre/ sqm
or as per manufacturer specification whichever is more).
4. Applying two or more coats of Premium Acrylic Weatherproof
Exterior Emulsion Paint with silicone additive over Rustic
Textured Plaster in required colour and shade as approved by

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-176
Engineer-in-charge. (Consumption of material shall not be less
than 0.167 litre/ sqm or as per manufacturer specification
whichever is more).
9.5 Primer on wood-work Primer coat shall be provided on all woodwork and steel work as per
& steel work CPWD Specification as per direction of Engineer-in-charge.
9.6 Painting on wood PU polish of exterior grade (in 3 of more coats to achieve a superior
work & steel work finish) over prepared surface of teak wood & decorative veneer
surfaces & enamel paint on steel surface as per manufacturers
specifications.
10 INTERNAL
SANITARY,
WATER SUPPLY
INSTALLATIONS
10.1 EWC Assembly Wall mounted EWC with concealed cistern (with internal fittings) &
(75% of toilets) dual push plate including all accessories complete in all respect as
per approved make list, architectural drawings and direction of
Engineer-in-Charge.
Each EWC assembly shall be with following minimum number of
fittings of approved make:
1. CP brass health faucet (01 no.) with minimum 1 metre SS
braided connection hose.
2. CP brass angle cock (02 nos).
3. CP brass Bib cock long nose (01 no.)
10.2 Indian WC Assembly Orissa pattern Indian WC with PVC cistern (with internal fittings)
(25% of toilets) with flush bend including all accessories complete in all respect as
per approved make list, architectural drawings and direction of
Engineer-in-Charge.
Each IWC assembly shall be with following minimum number of
fittings of approved make:
1. CP brass Bib cock long nose (01 no.)
2. CP brass angle cock (01 no.)
10.3 Wash basin assembly Under counter oval / rectangular shape wash basin including all
accessories complete in all respect as per approved make list,
architectural drawings and direction of Engineer-in-Charge.
Each wash basin assembly shall be with following minimum number
of fittings of approved make
• CP brass basin mixture (pillar type) (01 no.)
• CP brass angle cock (02 no.)
• CP brass bottle trap (01 no.)
• CP waste jali of required size (01 no.)
• CP brass Soap dish (01 no.)
• CP brass Towel ring (01 no.)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-177
10.4 Bath fittings assembly
Each bath assembly shall be with following minimum number of
fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
1. 3-in-1 wall mixture with provision of hot & cold water and
shower (01 no.).
2. CP brass Shower rose minimum 200 mm (square/ round)
with shower aram (01 no.).
3. CP brass angle cock (02 nos.) for geyser.
4. CP brass floor trap jali (02 nos).
5. CP brass towel rail (01 no)
6. Corner glass shelf (02 nos.)
7. CP brass Robe hooks (02 nos)
10.5 Kitchen Fittings Each kitchen area shall be with following minimum number of
fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
1. Stainless steel AISI 304 (18/8) Kitchen sink as per IS 13983
with drain board with minimum size 510x1040x250mm.
2. CP brass sink mixture (pillar type) with provision of hot &
cold water (01 no.).
3. CP brass angle cock (05 nos, for sink, geyser & RO)
4. CP brass bottle trap (01 nos.)
5. CP brass floor trap jali (01 nos).
6. CP brass bib cock long body (01 no for utility area).
10.6 Urinal assembly for Each urinal assembly shall be with following minimum number of
common toilets fittings including all accessories complete in all respect as per
approved make list, architectural drawings and direction of Engineer-
in-Charge:
1. Urinal bowl with CP brass waste jali (01 no)
2. Frosted toughened glass partition of standard size for urinal
on both side (02 nos).
3. Concealed cistern with internal fittings (01no)
4. Urinal sensor with SS plate (01 no).
5. CP brass bottle trap (01 no).
10.7 Mirror Float mirror of 6 mm thickness with bevelled edges above counter of
each wash basin slab has to be provided with 8 mm thick HDF
backing and to be covered with decorative type PVC laminated
beading 50 mm wide all-around the mirror.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-178
10.8 Soil, waste & vent All the sanitary pipes including fittings shall be Hubless centrifugally
pipes and fittings cast (spun) iron pipe epoxy coated inside & outside as per IS: 15905
exposed on walls and suspended below slabs using pre painted angle
iron clamps with GI threaded rods of 10 mm dia and fixed over GI Z
clamp (along with threaded U clamps) of minimum 3 mm thickness
of appropriate size in the shafts to be fixed with appropriate capacity
GI wedge type metal fasteners.
All CI to be painted with 2 or more coats of enamel paint of approved
colour and brand as per direction of engineer in charge. 90 degree
bends to be avoided and to be provided with Y, YT, 45 degree bends
and large radius bends in case of junctions, change of alignments.
Sufficient cleanout plugs to be provided in each line and all traps to
be provided with self-cleansing P trap/floor trap of minimum 100 mm
dia. Joints of pipes to be provided with SS 304 grade coupling with
EPDM gasket as per CPWD specifications and manufacturer’s
specifications.
Wherever S&S joints are required, same to be provided with drip seal
of NECO as per manufacturer specifications. Minimum dia of all
such hubless pipes and fittings shall be 100 mm irrespective of
design. Testing of joints to be conducted as per approved design &
as per CPWD Specification 2019
10.9 Painting of CI Pipes 2 or more coats of Synthetic enamel paint over a coat of zinc oxide
(a) Exposed on rich primer.
buildings
10.10 Manhole Minimum size of 90x80x45 cm and 120x90x100 cm, Circular
Manholes exceeding 1.5 m depth as per CPWD specifications at a
spacing not exceeding 10 metres, besides manhole at every junction,
change of alignment and gradient with SFRC cover and frame of HD-
20 tonne category. Vertical stack of waste water and other drainage
except soil pipe shall discharge in to SW gully trap with chamber and
cover (as per CPWD specifications) of 150 mm dia which shall
further discharge into nearest manhole.
In sub-soil or adverse soil conditions, manholes & encasing pipes
shall be as per approved credible structural design to avoid sinking
and settlement of lines/manholes.
Note: Orange colour safety foot rest of minimum 16mm thick plastic
encapsulated to be provided complete as per IS: 10910.
10.11 Pipe between manhole RCC NP-2 pipe of minimum 200 mm dia shall be provided for
& service manhole smooth/ healthy drainage system with proper slope as per approved
design, CPWD specifications, IS codes and NBC-2016 Norms. Size
of pipe from gully trap to first manhole shall be minimum 150 mm
dia.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-179
10.12 Chambers for: Brick masonry chambers of appropriate size with C.I. surface box
a) Sluice Valve complete as per CPWD specification.
b) Fire Hydrant
10.13 Thrust Blocks CC 1:2:4 (1 Cement: 2 Coarse sand: 4 graded stone aggregate 20 mm
nominal size).
11 Water supply line
11.1 External pipeline Providing and fixing (minimum 54 mm outer dia or as per plumbing
design) Stainless Steel pipe and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of
joints complete as per DSR-2021 item No. 18.85A & direction of
Engineer-in-charge. This item includes all fittings and fixtures
required for making the pipe line functional as per DSR-2021 item
No. 18.85 to 18.105 & nothing extra shall be paid on this account.
11.2 Internal piping Internal Work (Exposed on wall):
Providing and fixing Stainless Steel pipe (minimum 22 mm outer dia
or as per plumbing design) and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of
joints complete as per DSR-2021 item No. 18.85A & direction of
Engineer-in-charge. This item includes all fittings and fixtures
required for making the pipe line functional as per DSR-2021 item
No. 18.85 to 18.105 & nothing extra shall be paid on this account.
Internal Work (Concealed i/c Hot Water & Dual Plumbing):
Providing and fixing Stainless Steel pipe (minimum 15 mm outer dia
or as per plumbing design) and fitting of grade 316L as per IS
6911:2017 and conforming to EN-10312 standards complete with
press type fitting i/c fixing of the pipe with clamps at 1.00 m spacing
including cutting and making good the walls including testing of
joints complete as per DSR-2021 item No. 18.86A & direction of
Engineer-in-charge. This item includes all fittings and fixtures
required for making the pipe line functional as per DSR-2021 item
No. 18.85 to 18.105 & nothing extra shall be paid on this account.
Hot water plumbing to be provided in toilets with same pipe and to
be covered with glasswool / rockwool insulation of 32 density before
concealing.
Contractor shall arrange adequate equipment for testing pressure
before application overlay finishing.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-180
12 Over Head Tanks Domestic and fire fighting water supply:
(OHT) Provision of PVC tanks/ SMC (Sheet Moulding Compound) Panel
tanks of designed capacity for supply of drinking and domestic water
use (except flushing & horticulture) including separate tank for
firefighting requirement as per NBC-2016 norms.
Treated water supply for flushing & Horticulture:
Provision of a separate tank PVC tanks/ SMC (Sheet Moulding
Compound) Panel tanks of designed capacity for storage and supply
of treated water from STP / ETP for dual plumbing system for
flushing and Horticulture purpose.
(a) PVC OHT placed on Over Head tanks of minimum capacity of 1,000 litres or as per
terrace of Substation design, whichever is more.
(b) PVC OHT placed on Over Head tanks of minimum capacity of 1,000 litres or as per
terrace of Pump design, whichever is more.
House
(c) PVC OHT placed on Over Head tanks of minimum capacity of 5,000 litres or as per
terrace of Mortuary design, whichever is more.
(d) PVC OHT placed on Over Head tanks of minimum capacity of 5,000 litres or as per
terrace of MGPS design, whichever is more.
(e) SMC Panel OHT SMC Panel Over Head tanks of minimum capacity of 15,000 litres or
placed on terrace of as per design, whichever is more.
Laundry
(f) PVC OHT placed on Over Head tanks of minimum capacity of 5,000 litres or as per
terrace of Shopping design, whichever is more.
Complex
(g) SMC Panel OHT SMC Panel Over Head tanks of minimum capacity of 20,000 litres or
placed on terrace of as per design, whichever is more.
Laundry
(h) PVC OHT placed on Over Head tanks of minimum capacity of 10,000 litres or as per
terrace of Sarai design, whichever is more.
(i) SMC Panel OHT SMC Panel Over Head tanks of minimum capacity of 20,000 litres or
placed on terrace of as per design, whichever is more.
Kitchen
(j) SMC Panel OHT SMC Panel Over Head tanks of minimum capacity of 20,000 litres or
placed on terrace of as per design, whichever is more.
Chiller Plant
13 Underground RCC Domestic and fire fighting water supply:
Tank for STP/ ETP Provision of Underground RCC tank of minimum designed capacity
of 4,50,000 Ltrs. for STP/ ETP as per NBC-2016 norms.
The RCC tanks shall be provided as per approved drawings with
suitable water proofing treatment and glazed ceramic tiles as internal
lining on walls and floors as per direction of Engineer-in-Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-181
14. Accessibility of All the blocks, railings, ramp, handicap toilet and rooms shall be
buildings accessible by differently abled persons as per GRIHA/GHAR,
CPWD/NBC 2016 norms, whichever is higher. Tactile Tiles is to
provided form main Entrance gate at ground floor to the entry of
building & toilet as per approved drawing and provision of NBC-
2016 and as per direction of Engineer–in- charge.
Toilets for differently abled persons as per GRIHA/GHAR,
CPWD/NBC 2016 norms, whichever is higher shall be provided as
per approved drawings and direction of Engineer-in-charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-182
Development Work: Minimum Acceptable Specifications

Sl.No Item of work Specification (Civil Development works)


1 Internal
Roads, Paths
& Outdoor
Parking
1.1 Internal Roads Approach road from main road (Bareilly-Nainital Road Kichha By-pass) to
all the residential & non-residential buildings of the campus will be vacuum
dewatered C.C. pavement 200 mm thick M-30 Grade laid over 100mm thick
PCC of grade M-10 as per approved design of width as per local building
bylaws and NBC-2016 whichever is greater. Side drains as per design
requirement, with Pre-cast CC covering shall be provided along the road and
open area.
1.2 Culverts/ Cross Cross drainage works/ culverts within the campus shall be provided as per
drainage design based upon rainfall data, NBC-2016 and IS Codes.
1.3 Outdoor Outdoor parking areas as per approved layout plan and parking requirement
Parking area- shall be with vacuum dewatered C.C. pavement 150 mm thick M-30 Grade
Hospital & laid over 100mm thick PCC of grade M-10 and kerb stones on edges.
Non-
Residential
buildings
1.4 Outdoor Outdoor parking areas as per approved layout plan and parking requirement
Parking area- shall be with CC paver blocks of 60mm thick M-35 grade as per DSR-2021
Residential item no. 16.91 over PCC of grade M-10 and kerb stones on edges.
buildings
1.5 Footpaths Footpath of minimum 01 metre width shall be provided along all the
approach roads on both sides with CC paver blocks of 60mm thick M-35
grade as per DSR-2021 item no. 16.91 laid over 100 mm thick PCC of grade
M-10 and kerb stones on edges.
1.6 Jogging track - A Jogging track shall be provided along the inner side of central landscape
Residential area between the residential buildings (Playground) with Coloured EPDM
buildings base 13mm thick Eco-friendly coloured EPDM granules of more than 35%
rubber content bonded with water borne Hybrid two component PU binder
having low VOC and high elongation. 12kg EPDM granules must be
consumed per Sqm area, PU binder consumption will be 1.50 Kg. per Sqm.
Player will be made with one coat of water born two component PU primer
and 1st layer of water born hybrid PU with EPDM powder and on the top of
the system with Trowel seal coat, 2nd layer of coloured water born PU spray
with coloured EPDM granules through high pressure spray machine in sprey
coat, EPDM granules consumption in spray coat will be 1 Kg. per Sqm and
coloured hybrid water born two component PU topcoat consumption will be
1.20 Kg per Sqm. The top coat spray thickness will be 2mm. (minimum total

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-183
finished thickness will be 15mm) all complete as per direction of Engineer-
in-charge.
1.7 Road Marking Providing and applying 2.5 mm thick road marking strips (retroreflective) of
specified shade/ colour using hot thermoplastic material as per DSR-2021
item no. 16.62 in accordance with applicable specifications, IS codes and
NBC-2016 & as per direction of Engineer-in-charge.
1.8 Floor marking Providing and applying 2.5 mm thick road marking strips (retroreflective) of
in outdoor specified shade/ colour using hot thermoplastic material as per DSR-2021
parking areas item no. 16.62 in accordance with applicable specifications, IS codes and
NBC-2016 & as per direction of Engineer-in-charge.
1.9 Mandatory/ Manufacturing, supplying and fixing retro reflective sign boards made up of
Regulatory 2 mm thick aluminium sheet as per DSR-2021 item no. 16.59.
/Cautionary
/warning sign
boards for Road
1.10 Overhead Manufacturing, supplying and fixing retro reflective overhead signage boards
informatory made up of 2 mm thick aluminium sheet as per DSR 2021 item no. 16.60.
road signage
1.11 Regulatory road Providing Retro-reflective regulatory sign board of size 900 mm dia meter
sign Board made out of 2 mm thick aluminium sheet as per DSR-2021 item no 16.61.
2 Storm water Storm water drain of RCC grade M 30 with minimum size of 450 mm width
drain and 200 mm depth (inside dimensions) (with minimum wall thickness 150
mm and minimum base thickness of 100 mm) with heavy duty (20 tonne
capacity) FRP grating and manhole cover as approved by Engineer in charge
shall be provided around all the residential and non-residential buildings,
other required locations and to be connect to main discharge drain as decided
by the Engineer in charge.
3 Borewell for Boring / drilling minimum 04 nos. bore well of 400 mm dia upto depth of
water supply minimum 90 mtr for casing/strainer pipe by suitable method prescribed in IS-
2800 (Part-I) including supplying, assembling, lowering & fixing in vertical
position in bore well ERW (Electric Resistance Welded) casing pipe of 200
mm nominal dia. having minimum wall thickness 5.40 mm conforming to
IS: 4720 and gravel packing as per IS: 4097 including development of tube
well in accordance with IS:2800 (Part-I) and IS:11189 to establish maximum
rate of usable water yield without sand, collecting water sample & getting
tested in approved laboratory i/c disinfection of tube well suitable size
threaded mild steel cap or spot welded plate to the top of bore well and Bail
Plug / Botten Plug of dia. 200mm dia. as per IS:2800 (Part-I) also be provided
& fixed etc. complete as per specification & direction of Engineer-in-charge.
4 External water
supply system
4.1 Pipe Pipes from borewell to UGT, from UGT to the buildings & peripheral grid
around all buildings including pipes from STP treated water tank to the

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-184
buildings and peripheral grid around all building shall be with G.I. pipe
(medium grade)/ Ductile iron pipe of class K9 of minimum 80 mm dia or as
per approved drawings & design, whichever is higher.
4.2 Fittings Standard fittings (Heavy class)
4.3 Sluice Valve C.I. sluice valve (with cap) complete with bolts & nuts, rubber insertion etc
4.4 Chambers for Brick masonry chambers of appropriate size with C.I. surface box complete
Sluice Valve & as per specification.
Fire Hydrant
4.5 Thrust Blocks CC 1:2:4 (1 Cement: 2 Coarse sand: 4 graded stone aggregate 20 mm nominal
size).
5 External
sewerage
system
5.1 Manhole Minimum size of 90x80x45 cm and 120x90x100 cm, Circular Manholes
exceeding 1.5 m depth as per CPWD specifications at a spacing not
exceeding 10 metre besides manhole at every junction, change of alignment
and gradient with SFRC cover and frame of HD-20 tonne category. Vertical
stack of waste water and other drainage except soil pipe shall discharge in to
SW gully trap with chamber and cover (as per CPWD specifications) of 150
mm dia which shall further discharge into nearest manhole.
In sub-soil or adverse soil conditions, manholes & encasing pipes shall be as
per approved credible structural design to avoid sinking and settlement of
lines/manholes.
Note: Orange colour safety foot rest of minimum 16mm thick plastic
encapsulated to be provided complete as per IS: 10910
5.2 Pipe between RCC NP-2 pipe of minimum 200 mm dia shall be provided for
manhole & smooth/healthy drainage system with proper slope as per approved design.
service manhole Size of pipe from gully trap to first manhole shall be minimum 150 mm dia.
5.3 Earth filling in Supplying, filling and compaction of earth in low lying front pocket of the
low lying front campus to raise the existing ground level. The quantity of earth to be supplied
pocket shall be 1,15,000 cum or quantity required for raising the existing natural
ground level above the highest flood level of the area whichever is more.
Raising of natural ground level shall be as follows:
1. 10% of the entire site area (100 acre) shall be raised by 1.5m,
2. Other 10% of the entire area (100 acre) shall be raised by 1.0m
3. Hospital building envelope (approximate 8000 sqm x 125% area)
shall be further raised by additional 1.2m in addition to above Sl. No.
1 / 2.
6 Entry and Exit This shall include construction of RCC retaining wall whose top level shall
Gate along be 600mm below the Kichha By-pass road level in the South side of campus
with Boundary over which the flyash brick masonary boundary wall shall be constructed.
Wall & grill
around the plot

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-185
a. Structure Full brick masonry using fly ash bricks (class designation 7.5) of height 1.8
meter above final proposed inside ground/pavement level (The height of 1.8
mtr. of boundary wall at the south & East side of campus shall be measured
from the top of adjacent existing highway road level.) with RCC columns
minimum size 300x 300 mm @ 3 meter c/c with minimum 16 mm dia 4 Nos
bars along with 8 mm dia stirrups @ 150 c/c and RCC plinth beam of
minimum 250mm depth of M-30 with RCC band/ coping (2 Nos 12 dia TMT
with 8 mm dia TMT links @ 150 mm c/c) of minimum 100 mm depth using
M-30.
b. Railing Enamel painted decorative MS grill/railing of 600 mm height of design and
pattern approved by Engineer in charge shall be provided above the boundary
wall with minimum weight of 35 kg per sqm.
c. Plaster The masonry and RCC part of boundary wall shall be plastered with 12 mm/
15 mm thick plaster with polymer modified ready mix plaster of fine grade
Portland cement, graded sand and polymers with water soluble additives as
per manufacturer’s specification of approved make and as per direction of
Engineer-in-charge complete
d. Finishing Texture paint shall be with providing and laying weather and Ultraviolet
Resistant, Water Repellent, Dust, Dirt and Stain Resistant, Fungus and Algae
Resistant natural Granite texture (100% Natural crushed Granite mixed with
ceramic) of approved make. 01 coat of Acrylic primer mixed with wall sealer
diluted with water in the ratio 1:1:1 (1 primer : 1 wall sealer : 1 water) after
check of minor repair. 1st coat of Granite Chips Texture to be applied with
Trowel/ Spray (as required) of approved shade (attainable thickness: 1.0mm).
2nd Coat of Granite chips Texture of same shade to be applied with spray
over the 1st coat of texture (attainable thickness: 1.0mm). Total final
thickness should be minimum 2.0mm. Finally two coats of water based
acrylic protection coat to be applied with roller/ brush to make surface streak
resistance. Minimum warranty on texture paint shall be 05 years.
e. Gates Gate shall be made of hollow and solid plain MS sections of decorative type
with minimum weight 40 kg per sqm having minimum width of 06 meters
and height of 2.4 meters along with a wicket gate of same pattern and
specifications for a minimum width of 1200 mm and height of 2.4 meter.
Minimum 05 nos. of such main gates and wicket gates shall be provided.
7 Construction Construction of main storm water drain of trapezoidal shape of minimum
of main storm finished size of base width 1.25 mtr, top width 2.5 mtr and height of 1.0 mtr.
water drain for including excavation of earth. RCC cross bands of grade M-20 and minimum
diverting cross section 300x300mm to be placed at 3 mtr centre to centre along the
water of entire length of drain. Between these RCC cross bands dry stone pitching of
existing Nallah minimum thickness 200mm shall be placed over Geo-composite cloth (As
in the South per DSR-2021 item no. 26.17). RCC bands of grade M-20 of cross section
Pocket of the 300x300mm shall run along the entire length of the drain top on both sides
proposed land. connecting the RCC cross bands. All the RCC bands shall have minimum

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-186
reinforcement of 02 nos. 12mm dia Fe500 bars at top and bottom along with
08 mm dia stirrups at 200mm centre to centre.
8 UGT for Domestic and fire fighting water supply:
residential Provision of RCC water storage tank of designed capacity for supply of
buildings drinking and domestic water use (except flushing & horticulture) including
partition/ separate tank for firefighting requirement as per NBC-2016 norms.
Treated water supply for flushing & Horticulture:
Provision of a separate tank RCC water storage tank of designed capacity for
storage and supply of treated water from STP / ETP for dual plumbing system
for flushing and Horticulture purpose.
The RCC tanks shall be provided of minimum capacity of 50,000 ltr. Or as
per water requirement calculation and as per approved drawings with suitable
water proofing treatment and glazed ceramic tiles as internal lining on walls
and floors as per direction of Engineer-in-Charge.
5.8 Dual plumbing Provision of dual plumbing system is to be ensure for providing necessary
system for piping network for utilizing the treated water from STP/ ETP for horticulture
horticulture works at all locations inside the campus. Adequate number of outlets shall be
works ensure as per requirement and direction of engineer-in-charge.
6. Under Pass Construction of under pass of minimum 6.0 mtr width to connect the non-
residential area with the residential area passing across Khurpia Village
Road. The under pass should be protected with roofing precoated GI sheet
with tubular truss system to ensure protection against rainfall ingress inside
the underpass. The entry and exit of the underpass shall be raised from the
final compacted ground level after earth filling to ensure that no surface
runoff enters the underpass. Necessary dewatering provisions shall also be
ensured inside the underpass using sump covered with MS grating &
drainage pump of appropriate capacity as per requirement and direction of
engineer-in-charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-187
Furniture Works: Residential Furniture

• SR Hostel (40 Nos, G+5, 1 block)


• Nurses Hostel (48 Nos, G+3, 1 block)

Sl.No Item of work Specification (Residential Furniture works)


1 Residential
Furniture
1.1 SR Hostel Each suite shall consist of following residential furniture:
(40 Suites) 01 no. queen size bed,
02 nos. bedside tables,
01 no. study table
01 no. study chair,
01 no. 05 (3+2) seater sofa
01 no. coffee table,
01 no. Sofa center table
Dining area shall consist of following furniture:
06 nos. 06 seater dining table
36 nos. canteen chair
All as per Special Conditions of Contract for furniture and direction of
Engineer-in-Charge.
1.3 Nurses Hostel Each Room shall consist of following residential furniture:
(48 Rooms) 01 no. queen size bed,
02 nos. bedside tables,
01 no. study table
01 no. study chair,
Dining area shall consist of following furniture:
08 nos. 06-seater dining table
48 nos. canteen chair
All as per Special Conditions of Contract for furniture and direction of
Engineer-in-Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-188
Furniture Works: Hospital & Office Furniture

• Hospital Building

Approximate Remarks
S No. Equipment TOTAL Rates/ Unit
(Rs.)
1 Fowler’s cot 293 72,564 All items
2 ICU Cots 38 1,50,492 given in the
3 Crash Cart 48 1,20,318 list shall be
4 Office Chairs 175 21,440 executed all
5 Doctor’s chair 127 28,903 as per Special
Patients Waiting Steel Bench with back rest (multi Conditions of
6 111 36,948 Contract for
seating)
7 Stretcher/Patient Trolley (SS) 72 44,061 furniture and
8 Medicine Almairah 33 86,505 direction of
9 Stores Almirah 77 35,152 Engineer-in-
10 Steel Cup-board 68 35,152 Charge.
11 Basin with stand (SS) 182 12,973
12 Wooden Cup Board 50 45,634
13 Saline Stand (SS) 151 13,519
14 Racks -Steel 116 16,659
15 Three-seater sofa 35 55,783
16 Computer table 72 26,915
17 Office Table 50 38,379
18 Doctor’s Table 40 42,978
19 Linen Almirah 50 35,152
20 Filing Cabinets (for records) 52 31,799
21 Duty Table for Nurses 50 31,730
22 Medicine Trolley (SS) 38 40,903
23 Multi-locker almirah (8-12 lockers per almirah) 32 47,800
24 Examination Couch (SS) 20 65,469
25 Bed Side Lockers (SS) 97 12,422
26 Stools Revolving 170 6,557
27 Wheel Chair (SS) 36 29,433
28 Instrument Trolley (SS) 20 45,983
29 Plastic Chair 200 4,498
30 Wooden registration counters 17 42,286
31 Blood Donor couch 2 3,04,806
32 Pillows 282 2,082
33 Waste Bucket (SS) 94 6,366
34 Pillows covers 1000 416
35 Dining table 6 43,127
36 Paediatric cots with railings 6 56,057
37 Footstools: metal 50 4,639
38 Cradle 5 20,897

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-189
ADDITIONAL CONDITIONS OF CONTRACT

1. Contractor has to take all protective and preventive measures to protect buildings/ structures/other
infrastructure/services in the vicinity of the proposed building from any kind of damage at his risk and
cost. Sheet piling or other safety measures as directed by engineer in charge shall required to be taken
by the contractor to protect the buildings/ structures/services including their foundations from any
possible damage. The measures so taken are inclusive in the quoted rates of the contractor. Nothing
extra shall be admissible for such measures. Any damage caused on account of any action of the
contractor to any adjacent buildings/ structures/other infrastructure/services in the vicinity of the
proposed building shall have to be made good by the contractor at his risk and cost, failing which the
engineer in charge after giving a notice to this effect in writing shall get it done at the risk and cost of
contractor.

2. Royalty at the prevailing rates wherever payable shall have to be paid by the contractor on the
boulders, metal, shingle, sand and bajri etc. Or any other material collected by him for the work
directly to revenue authorities/Govt authorities and nothing extra shall be paid by the department for
the same.

3. The contractor shall provide at his own cost suitable weighing, surveying and levelling and measuring
arrangements as may be necessary at site for checking. All such equipment shall be got calibrated in
advance from laboratory, approved by the Engineer-in-Charge. Nothing extra shall be payable on this
account.

4. Other agencies/sub-contractor will also simultaneously execute and install the works of sub-station /
generating sets, air-conditioning, lifts, etc. for the work and the contractor shall afford necessary
facilities for the same. The contractor shall leave such recesses, holes, openings trenches etc. as may be
required for such related works (for which inserts, sleeves, brackets, conduits, base plates, clamps etc.
shall be supplied free of cost by the department unless otherwise specifically mentioned) and the
contractor shall fix the same at time of casting of concrete, stone work and brick work, if required, and
nothing extra shall be payable on this account.

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

6. All materials and fittings brought by the contractor to the site for use shall conform to the samples
approved by the Engineer-in-Charge which shall be preserved till the completion of the work. If a
particular brand of material is specified in the item of work in Schedule of Quantity, the same shall be
used after getting the same approved from Engineer-in-Charge. Wherever brand / quality of material is
not specified in the item of work, the contractor shall submit the samples as per approved list of brand
names given in the tender document / particular specifications for approval of technical sanctioning
authority. For all other items, materials and fittings of ISI Marked shall be used with the approval of
Engineer-in-Charge. Wherever ISI Marked material / fittings are not available, the contractor shall
submit samples of materials / fittings manufactured by firms of repute conforming to relevant
specifications or IS codes and use the same only after getting the approval. To avoid delay, contractor
should submit samples as stated above well in advance so as to give timely orders for procurement. If

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-190
any material, even though approved by Engineer-in-Charge is found defective or not conforming to
specifications shall be replaced / removed by the contractor at his own risk & cost.

7. The contractor shall ensure quality construction in a planned and time bound manner. Any sub-standard
material / work beyond set-out tolerance limit shall be summarily rejected by the Engineer-in-Charge
& contractor shall be bound to replace / remove such sub-standard / defective work immediately.

8. The day-to-day receipt and issue accounts of different grade/brand of cement shall be maintained
separately in the standard Performa by the Jr. Engineer-in-Charge/AE in-charge of work and which
shall be duly signed by the contractor or his authorized representative.

9. In the event of any restrictions being imposed by the Security agency, CPWD, Traffic or any other
authority having jurisdiction in the area on the working or movement of labour /material, the contractor
shall strictly follow such restrictions and nothing extra shall be payable to the contractor on this account.
The loss of time on this account, if any, shall have to be made up by generating additional resources
etc.

10. The proposed work is a prestigious project and quality of work is of paramount importance. Contractor
shall have to engage well experienced skilled labour and deploy modern T&P and other
equipments to execute the work. Many items like stone masonry & stone cladding work, stone
flooring & other specialized flooring work, woodwork, precast RCC coffers, polysulphide/
silicone sealant will specifically require engagement of skilled workers having experience
particularly in execution of such items.

11. No payment shall be made for any damage caused by rain, snowfall, flood or any other natural calamity,
whatsoever during the execution of the work. The contractor shall be fully responsible for any damage
to the govt. property and work for which the payment has been advanced to him under the contract and
he shall make good the same at his risk and cost. The contractor shall be fully responsible for safety
and security of his material, T&P, Machinery brought to the site by him.

12. MODE OF MEASUREMENTS:

12.1. The measurements shall be recorded and entered in computerized format in the first instance
by the contractor, and a hard copy shall be submitted to the Department. All entries shall be
made exactly as per the existing procedure.

12.2. These measurements shall then be 100% checked by the Junior Engineer/Assistant Engineer.
The contractor shall incorporate all such changes or corrections, as may be done during these
checks, to his draft computerized measurement, and submit to the department the corrected
computerized measurement Books now in use, and with its pages machine numbered.

12.3. The Assistant Engineer and the Executive Engineer shall test check these computerized
measurement as per the existing instructions. This book shall be treated as a Computerized
Measurement Book.

12.4. The Junior Engineer, Assistant Engineer and the Executive Engineer shall record the necessary
certificates for their checks and test checks as per the existing procedure in this Computerized
Measurement Book

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-191
12.5. The Computerized Measurement Book shall be allotted a serial number as per the Register of
Computerized Measurement Books.

13. SITE OFFICE ACCOMMODATION AND FURNITURE

13.1. For Quality Control Measures, Preparation of Bills and Monitoring the Quality, the contractor
shall provide the following in the site office of Engineer-in-Charge which shall be returned to
the contractor after completion of work:

a. 05 Nos. All-in-One Computers having Intel core i7 11th generation processor, Genuine MS-
Windows-10 & Office-365
b. 01 No. A-0 size colored plotter for printing of drawings at site
c. 01 No. A-3 Coloured Inkjet & 04 Nos. A-4 Laserjet Printers
d. High Speed Internet connection
e. UPS
f. The office will have intercom facility.
g. Provide 07 Nos. of Smart Mobile Phone as per direction of Engineer in charge.

13.2. The Agency shall construct/provide one site office (semi-permanent structure) with modern
outlook for use by Engineer-in-charge and his staff consisting of 6 rooms with toilet and one
conference Room with toilet having area not less than 250 Sqm for CPWD officers & staff. It
should have vitrified tiles for flooring with windows and laminated flush door shutters and
toilet fixtures. The location and plan shall be got approved from Engineer-in-Charge.
Specification for the site office shall be suitable and matching for running an office which shall
be got approved from Engineer in charge. The Agency shall provide a typical plan of site office
& conference room (having light fixtures, wiring & AC etc.) with specification within 15 days
of award of work.

13.3. All running cost & charges (i/c two office attendants and AMC of all equipment’s etc.) Internet
connection for office including electricity bill, water supply bills, Internet bill, RO/drinking
water bills etc. shall be borne by the agency.

13.4. The agency shall provide the following furniture (new) for use of CPWD staff at site office
which shall be returned to the contractor after completion of work:

S.No. Articles Quantity


1. Executive table (wooden) with side racks 3 Nos.
2. Executive Chair 5 Nos.
3. Office Tables 6 Nos.
4. Office Chairs 20 Nos.
5. Steel Almirah 5 Nos.
6. Conference table (for 25 seats) 1 Nos.
7. Conference chairs 25 Nos.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-192
SPECIAL CONDITIONS FOR CEMENT & STEEL

SPECIAL CONDITIONS FOR CEMENT

1. The contractor shall procure 43 grade Ordinary Portland Cement (OPC) conforming to
IS:8112/Portland Pozzolana Cement (PPC) [conforming to IS:1489 (Part-I)], as required in the work,
from reputed manufacturers of grey cement as mentioned in preferred make list.

2. The tenderers may also submit a list of names of cement manufacturers which they propose to use in
the work. The tender accepting authority reserves right to accept or reject name(s) of cement
manufacturer(s) which the tenderer proposes to use in the work. No change in the tendered rates will
be accepted if the tender accepting authority does not accept the list of cement manufacturers, given by
the tenderer, fully or partially.

3. Supply of cement shall be taken in 50 Kg. bags bearing manufacturer’s name and ISI marking. Samples
of cement arranged by the contractor shall be taken by the Engineer-in-charge and got tested in
accordance with provisions of relevant BIS codes. In case test results indicate that the cement arranged
by the contractor does not conform to the relevant BIS codes, the same shall stand rejected and shall be
removed from the site by the contractor at his own cost within a week’s time of written order from the
Engineer-in-charge to do so.

4. PPC (Portland Puzzolana Cement) shall be used in RCC structures in accordance with the circular
issued by the Directorate General of Works vide No.CDO/SE(RR)/Fly Ash (Main)/102 dt.09.04.2009.
The use of PPC shall be regulated as per the following conditions stipulated in the circular
dt.09.04.2009:-

4.1. IS:456-2000 Code of Practice for Plain and Reinforced Concrete (as amended upto date) shall
be followed in regard to Concrete Mix Portion and its production as under:

a. The concrete mix design shall be done as “Design Mix Concrete” as prescribed in clause-9 of
IS: 456 mentioned above.

b. Concrete shall be manufactured in accordance with clause 10 of above mentioned IS:456


covering quality assurance measures both technical and organizational, which shall also
necessarily require a qualified Concrete Technologist to be available during manufacture of
concrete for certification of quality of concrete.

4.2. Minimum M30 grade of concrete shall be used in all structural elements made with RCC
both in load bearing and framed structure.

4.3. The mechanical properties such as modulus of elasticity, tensile strength, creep and shrinkage
of flyash mixed concrete or concrete using flyash blended cements (PPCs) are not likely to be
significantly different and their values are to be taken same as those used for concrete made
with OPC.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-193
a. To control higher rate of carbonation in early ages of concrete both in flyash admixed as well as
PPC based concrete, water/binder ratio shall be kept as low as possible, which shall be closely
monitored during concrete manufacture.

If necessitated due to low water/binder ratio, required workability shall be achieved by use of
chloride free chemical admixtures conforming to IS: 9103. The compatibility of chemical
admixtures and super plasticizers with each set OPC, fly ash and /or PPC received from different
sources shall be ensured by trails.

b. In environment subjected to aggressive chloride or sulphate attack in particular, use of flyash


admixed or PPC based concrete is recommended. In case, where structural concrete is exposed to
excessive magnesium sulphate, flyash substitution/content shall be limited to 18% by weight.
Special type of cement with low C3A content may also be alternatively used. Durability criteria like
minimum binder content and maximum water/binder ratio also need to be given due consideration
is such environment.

c. Wet curing period shall be enhanced to a minimum of 10 days or its equivalent. In hot & arid
regions, the minimum curing period shall be 14 days or its equivalent.

d. Subject to General Guidelines detailed out as above, PPC manufactured conforming to IS: 1489
(Part-I) shall be treated at par with OPC for manufacture of Design Mix Concrete for structural use
in RCC.

e. Till the time, BIS makes it mandatory to print the % age of flyash on each bag of cement, the
certificate from the PPC manufacturer indicating the same shall be insisted upon before allowing
use of such cements in works.

f. While using PPC for structural concrete work, no further admixing of flyash shall be permitted.

5. The cement shall be brought at site in bulk supply of approximately 50 tonnes or as decided by the
Engineer-in-charge.

6. The cement godown of the capacity to store a minimum of 2000 bags of cement shall be constructed
by the contractor at the site of work for which no extra payment shall be made. Double lock provision
shall be made to the door of the cement godown. The keys of one lock shall remain with the Engineer-
in-charge or his authorized representative and the keys of the other lock shall remain with the contractor.
The contractor shall be responsible for the watch and ward and safety of the cement godown. The
contractor shall facilitate the inspection of the cement godown by the Engineer-in-charge at any time.

7. The cement shall be got tested by Engineer-in-charge and shall be used on work only after test results
have been received. The contractor shall supply free of charge the cement required for testing including
its transportation cost to test laboratories. The cost of tests shall be borne by the contractor.

8. The actual issue and consumption of cement on work shall be regulated and proper accounts
maintained. The theoretical consumption of cement shall be worked out as per procedure prescribed in
clause 38 of GCC-2022 for EPC Projects and shall be governed by conditions laid therein. In case the
cement consumption is less than theoretical consumption including permissible variation, recovery at
the rate so prescribed shall be made. In case of excess consumption, no adjustments need to be made.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-194
9. Cement brought to site and cement remaining unused after completion of work shall not be removed
from site without written permission of the Engineer-in-charge.

10. Damaged cement shall be removed from site immediately by the contractor on receipt of notice in
writing from the Engineer-in-charge. If he does not do so within three days of receipt of such notice,
the Engineer-in-charge shall get it removed at the cost of the contractor.

11. Cement bags shall be stored in two separate godowns, one for tested cement and the other for fresh
cement (under testing) to be constructed by the contractor at his own cost as per sketches given in
C.P.W.D Specifications– 2019 Vol. I to II with upto date correction slips having weatherproof roofs
and walls. The size of the cement go down is indicated in the sketch for guidance. The actual size of
godown shall be as per site requirements and nothing extra shall be paid for the same. The decisions of
the Engineer-in-Charge regarding the capacity needed will be final. Each godown shall be provided
with a single door with two locks. The keys of one lock shall remain with Engineer-in-Charge of the
work and that of other lock with the authorized agent of the contractor at the site of work so that the
cement is issued from godown according to the daily requirement with the knowledge of both parties.
The account of daily receipt and issue of cement shall be maintained in a register in the prescribed
performa and signed daily by the contractor or his authorized agent in token its correctness.

12. Separate cement registers showing the receipt of the OPC and PPC shall be maintained at site. The
contractor shall construct separate godowns for storage of OPC & PPC at site and nothing extra on this
account shall be payable.

13. Cement register should be maintained at the site of work. This register should contain the columns as
shown in Annexure-30 (SOP CPWD Works Manual 2019).

14. In order to have an effective control over the issue of cement, the following drill should be observed:

14.1. The cement godown(s) should be properly and effectively double locked, keys of one of
thelocks remaining with the department and that of the other with the contractor.

14.2. The pages of the Cement Register should be as per CPWD Works Manual, machine numbered
and each page initialed by the Executive Engineer.

14.3. Periodical checking of cement godown.: The cement godown and the Cement Register should
be checked by the Assistant Engineer/Executive Engineer in-charge of the work as per
following schedule.

14.4. At least weekly or fortnightly, respectively, in case of works at the headquarters of the Assistant
Engineer/Executive Engineer.

14.5. Whenever they visit the site of work in case of works that are located outside the Sub-
Divisional/Divisional headquarters.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-195
SPECIAL CONDITIONS FOR STEEL

1. The CPWD/Contractor shall procure IS marked TMT bars of various grades from Primary Steel
manufacturers such as SAIL, TATA steel Ltd., RINL, Jindal Steel & Power Ltd., and JSW steel Ltd.
Or any other steel manufacturers or their authorized dealers having valid BIS license for IS:1786:2008
(Amendment -1 November 2012)

2. The Steel manufacturers or their authorized dealers (as per following selection criteria) having valid
BIS license for IS:1786:2008 (Amendment-1 November 2012)

3. The procured steel should have following qualities:

3.1. Excellent ductility, bend ability and elongation of finished product due to possible refining
technology.

3.2. Consumption of steel should be accurate as per design.

3.3. Steel should have no brittleness problem in finished product.

3.4. Steel should carry the quality of corrosion and earthquake resistance.

3.5. Quality steel with achievement of proper level of sulphur and phosphorus as per IS: 1786:2008.

4. Selection Criteria of steel manufacturers

4.1. The supply of reinforcement steel for all CPWD works should have following selection criteria
of steel manufacturers: -

4.2. Steel producers of any capacity using iron ore/processed iron ore as the basic raw material
adopting advanced refining technologies as given hereunder:-

DRI-EAF = Direct Reduced iron – Electric arc furnace.

Or

BF-BOF = Blast furnace – Basic oxygen furnace

Or

COREX-BOF = COREX – Basic oxygen furnace.

4.3. For production of liquid steel to finish product at single/multiple locations with NABL or any
other similarly placed accrediting Government body which operates in accordance with
ISO/IEC17011 and accredits labs as per ISO/IEC 17025 conforming to IS: 1786:2008
(Amendement-1 November 2012).

4.4. The check list for incorporation of any quality steel producer is enclosed for technical
assessment is given in Annexure-1.

5. The contractor shall have to obtain and furnish test certificates to the Engineer-in-charge in respect of
all supplies of steel brought by him to the site of work.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-196
6. Samples shall also be taken and got tested by the Engineer-in-Charge as per the provisions in this regard
in relevant BIS codes. In case the test results indicate that the steel arranged by the contractor does not
conform to the specifications, the same shall stand rejected, and it shall be removed from the site of
work by the contractor at his cost within a week time or written orders from the Engineer-in-Charge to
do so.

7. The steel reinforcement bars shall be brought to the site in bulk supply of ten tonnes or more as decided
by the Engineer-in-charge.

8. The steel reinforcement shall be stored by the contractor at site of work in such a way as to prevent
distortion and corrosion and nothing extra shall be paid on this account. Bars of different sizes and
lengths shall be stored separately to facilitate easy counting and checking.

9. For checking nominal mass, tensile strength, bend test, re-bend test etc. specimen of sufficient length
shall be cut from each size of the bar at random at frequency not less than that specified below:

Size of bar For consignment below 100 tonnes For consignment above 100 tonnes
Under 10mm dia. bars One sample for each 25 tonnes or One sample for each 40 tonnes or
part thereof part thereof
10mm to16mm dia bars One sample for each 35 tonnes or One sample for each 45 tonnes or
part thereof part thereof
Over 16mm dia bars One sample for each 45 tonnes or One sample for each 50 tonnes or
part thereof part thereof

10. The contractor shall supply free of charge the steel required for testing including transportation to
testing laboratories. The cost of tests shall be borne by the contractor.

11. The actual issue and consumption of steel on work shall be regulated and proper accounts maintained
as provided in clause 10 of the contract. The theoretical consumption of steel shall be worked out as
procedure prescribed in Clause-38 of GCC-2022 for EPC Projects and shall be governed by conditions
laid therein. In case the consumption is less than theoretical consumption including permissible
variations recovery at the rate so prescribed shall be made. In case of excess consumption, no
adjustment needs to be made.

12. Steel brought to site and steel remaining unused shall not be removed from site without the written
permission of the Engineer-in-charge.

13. The following procedure should be followed in case of removal of rejected/sub-standard materials from
the site of work.

13.1. Whenever any material brought by the contractor to the site of work is rejected, entry thereof
should invariably be made in the site order book under the signature of the AE/AEE giving
approximate quantity of such materials.

13.2. As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE
against the original entry, giving the date of removal a mode of removal i.e. whether by truck,
carts or by manual labour. If removal is by truck, the registration number of the truck should
be recorded.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-197
13.3. When it is not possible for the AE/AEE to be present at the site of work at the time of actual
removal of the rejected/sub-standard materials from the site the required certificate should be
recorded by the Junior Engineer and the AE/AEE should countersign the certificate recorded
by the Junior Engineer.

14. In case the contractor brings surplus quantity of steel the same after completion of the work will be
removed from the site by the contractor at his own cost after approval of the Engineer-in-Charge.

15. Reinforcement including authorized spacer bars and overlaps shall be measured in length of different
diameters, as actually (not more than as specified in the drawing) used in the work, nearest to a
centimetre. Wastage and unauthorized overlaps shall not be measured.

16. The standard sectional weights referred to as in Table 5.4 under para 5.3.4 in CPWD Specifications for
works 2019 Vol. 1 will be considered for conversion of length of various sizes of MS bars, Tor steel
bars and TMT bars into standard weight.

17. Records of actual sectional weight shall also be kept dia-wise & lot-wise. The average sectional weight
for each diameter shall be arrived at from samples from each lot of steel received at site. The decision
of the Engineer-in-Charge shall be final for the procedure to be followed for determining the average
sectional weight of each lot. Quantity of each diameter of steel received at site of work each day will
constitute one single lot for the purpose. The weight of steel by conversion of length of various sizes
of bars based on the actual weighted average sectional weight shall be termed as derived actual weight.

18. If the derived weight as in para 2.14 above is lesser than the standard weight as in para 2.13 above, the
derived actual weight shall be taken for payment. If the derived actual weight is found more than the
standard weight then the standard weight as worked out in para 2.13 above shall be taken for payment.
In such case nothing extra shall be paid for the difference between the derived actual weight and the
standard weight.

19. Mixing of different type of steel/different grades of steel shall not be allowed in the same structural
members as main reinforcement to satisfy clause 26.1 of IS:456.

20. Tolerances on Nominal Mass (individual sample) shall be as under:

S. No. Nominal size mm Tolerances on the Nominal


Mass (in %age)
1 Upto and including 10 mm -8%
2 Over 10 upto & including 16 mm -6%
3 Over 16 mm -4%

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-198
Annexure-I
SPECIAL CONDITIONS FOR STEEL

Sl. Item Checkpoint Remarks


No.
1 Steel producer having a Factory address and Registration no.
manufacturing facilities b Certificate of manufacturing process
at plant
c Refining process of steel Producer
c1 BF-BOF route
c2 Corex-BOF route
c3 DRI-EAF route
With documentary evidence either for BOF or EAF
a Steel plant having infrastructure for producing
sponge iron, billete and TMT Rebars
b Production and quality flow chart
c Plant evaluation and process verification
d List of plant & machinery
2 Established Document verification for:
a Govt./PSU Approvals
b Supply orders of TMT Re-bars in Govt.
Projects(Minimum-5 years)
c Verification of direct supply orders to any
State/Central Govt. Department
d User Certificate issued by any Govt. Department
directly.
3 Indigenous Documentary evidence like;
a Certificate of incorporation.
b Memorandum of articles of association
c Credit rating of the company from
CARE/CRISIL/ICRA should not be C/D grade
(minimum last 3 year)
d Test results from Govt./NABL accredited
laboratories
e In house testing facility for physical/chemical
tests(NABL accredited)
4 a Calibration certificates
Reliable b List of lab equipments:
b1 Calibration certificates
b2 Computerized UTM
5 Use of Iron- Verification of Iron-Ore/Process iron
Ore/Processes Iron are as ore invoices
basic raw materials

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-199
6 In-house rolling facility Plant verification to identify in house
rolling facilities, production of liquid
steel & crude steel
7 Licences & certificates a ISO 9001:2008 Certification
b ISO 14001:2004 Certification
c OHSAS 18001 : 2007 certificate
d IS 1786:2008(TMT Re-bars)
e IS 2830:1992 (Billets)
8 Product Range TMT Re-bars FE 415/415D/500/500D/550/550D
CRS (Corrosion Resistant) & EQR (Earthquake
Resistant)
TMT Re-bars
Size 8 to 36 mm dia

Note:
DRI-EAF->Direct Reduce Iron-Electric ARC Furnace
BF-BOF-> Blast Furnace – Basic Oxygen Furnace
COREX-BOF->COREX Furnace- Basic Oxygen Furnace

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-200
SPECIAL CONDITIONS FOR PREVENTION OF AIR, WATER, LAND
POLLUTION, GREEN BUILDING CONSTRUCTION SITE

The contractor shall strictly adhere to the following conditions as part of his contractual obligations:

1. The contractor shall not store/dump construction material or debris on metaled road.

2. The contractor shall ensure that adequate measures are taken for the prevention of erosion of the top
soil during the construction phase. The contractor shall implement the Erosion and Sedimentation
Control Plan (ESCP) provided to him by the Engineer in Charge as part of the larger Construction
Management Plan (CMP). The contractor shall obtain the Erosion and Sedimentation Control Plan
(ESCP) Guidelines from the Engineer in Charge and then prepare working plan for the following month
activities as a CAD drawing showing the construction management, staging & ESCP. At no time soil
should be allowed to erode away from the site and sediments should be trapped where necessary.

3. The contractor shall ensure that all the top soil excavated during construction works is neatly stacked
and is not mixed with other excavated earth. The contractors shall take the clearance of the Engineer in
Charge before any excavation. Top soil should be stripped to a depth of 20 cm (centimeters) from the
areas to be disturbed, for example proposed area for buildings, roads, paved areas, external services
and area required for construction activities etc. It shall be stockpiled to a maximum height of 40 cm in
designated areas, covered or stabilized with temporary seeding for erosion prevention and shall be
reapplied to site during plantation, landscaping etc. of the proposed vegetation. Top soil shall be
separated from subsoil, debris and stones larger than 50 mm (millimeter) diameter. The stored top soil
may be used as finished grade for planting areas.

4. The Contractor should follow the construction plan as proposed by the Architect / Engineer in Charge
to minimize the site disturbance such as soil pollution due to spilling. Use staging and spill prevention
and control plan to restrict the spilling of the contaminating material on site. Protect top soil from
erosion by collection storage and reapplication of top soil, constructing sediment basin, contour
trenching, mulching etc.

5. The surplus excavated earth shall be disposed of by the contractor at his own cost from the campus
after approval from E-in-C. The cost of disposal of surplus earth is inclusive in the cost of item of
schedule of quantities.

6. The contractor shall not change the natural gradient of the ground unless specifically instructed by the
Engineer in Charge. This shall cover all natural features like water bodies, drainage gullies, slopes,
mounds, depressions, etc. Existing drainage patterns through or into any preservation area shall not be
modified unless specifically directed by the Engineer-in-charge.

7. The contractor shall not carry out any work which results in the blockage of natural drainage.

8. The contractor shall ensure that existing grades of soil shall be maintained around existing vegetation
and lowering or raising the levels around the vegetation is not allowed unless specifically directed by
the Engineer-in-charge

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-201
9. Contractor shall reduce pollution and land development impacts from automobiles use during
construction.

10. Overloading of trucks is unlawful and creates the erosion and sedimentation problems, especially when
loose materials like stone dust, excavated earth, sand etc. are moved. Proper covering must take place.
No overloading shall be permitted.

11. Surplus dismantle material/building rubbish received from dismantling/demolishing shall be dumped
to the dumping ground in properly covered truck with precaution. Agency shall submit the hard copy
of photograph showing the properly covered truck disposing the dismantles material/building rubbish.
Failure of which shall be sternly dealt and a penalty @Rs.500/- per trip of truck shall be levied and the
decision of Engineer-in-Charge shall be final & binding.

12. Agency/contractor shall not dump the construction material on the metalled road and shall keep the
construction material on the physically demarcated space by the Engineer-in-Charge.

13. All the building material responsible for pollution shall be brought at site from sources covered by
tarpaulin and shall take all precautionary measure to ensure that no dust particles are permitted to
pollute the air quality, failure of which Agency shall be liable to pay damages as decided by Engineer-
in-Charge. The decision of Engineer-in-Charge shall be final & binding.

14. There shall be no burning of leaves, plastic etc. at construction site.

15. CONSTRUCTION PHASE AND WORKER FACILITIES

The contractor shall specify and limit construction activity in pre-planned/ designated areas and shall
start construction work after securing the approval for the same from the Engineer in Charge. This shall
include areas of construction, storage of materials, and material and personnel movement.

16. PRESERVE AND PROTECT LANDSCAPE DURING CONSTRUCTION

16.1. The contractor shall ensure that no trees, existing or otherwise, shall be harmed and damage to
roots should be prevented during trenching, placing backfill, driving or parking heavy
equipment, dumping of trash, oil, paint, and other materials detrimental to plant health. These
activities should be restricted to the areas outside of the canopy of the tree, or, from a safe
distance from the tree/plant by means of barricading. Trees will not be used for support; their
trunks shall not be damaged by cutting and carving or by nailing posters, advertisements or
other material. Lighting of fires or carrying out heat or gas emitting construction activity within
the ground, covered by canopy of the tree is not to be permitted. The contractor shall take steps
to protect trees or saplings identified for preservation within the construction site using tree
guards of approved specification.

16.2. Contractor should limit all construction activity within the specified area as per the
Construction Management Plan (CMP) approved by Engineer in Charge.

16.3. The contractor shall avoid cut and fill in the root zones, through delineating and fencing the
drip line (the spread limit of a canopy projected on the ground) of all the trees or group of trees.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-202
Separate the zones of movement of heavy equipment, parking, or excessive foot traffic from
the fenced plant protection zones.

16.4. The contractor shall ensure that maintenance activities during construction period shall be
performed as needed to ensure that the vegetation remains healthy.

16.5. Contractor shall be required to develop and implement a waste management plan, quantifying
material diversion goals. He shall establish goals for diversion from disposal in landfills and
incinerators and adopt a construction waste management plan to achieve these goals. A project-
wide policy of nothing leaves the Site, should be followed, in such a case when strictly
followed, care would automatically be taken in ordering and timing of materials such that
excess does not become waste. Consider recycling cardboard, metal, brick, acoustical tile,
concrete, plastic, clean wood, glass, gypsum wallboard, carpet and insulation. Designate a
specific area(s) on the construction site for segregated or commingled collection of recyclable
material, and track recycling efforts throughout the construction process. Identify construction
haulers and recyclers to handle the designated materials. The diversion may include donation
of materials to charitable organizations and salvage of materials on-site.

16.6. Contractor shall collect all construction waste generated on site. Segregate these wastes based
on their utility and examine means of sending such waste to manufacturing units which use
them as raw material or other site which require it for specific purpose. Typical construction
debris could be broken bricks, steel bars, broken tiles, spilled concrete and mortar etc.
16.7. The contractor shall provide potable water for all workers

16.8. The contractor shall provide the minimum level of sanitation and safety facilities for the
workers at their camp/labour site. The contractor shall ensure cleanliness of workplace with
regard to the disposal of waste and effluent; provide clean drinking water and latrines and
urinals as per applicable standard. Adequate toilet facilities shall be provided for the workman
within easy access of their place of work. The total no. to be provided shall not be less than 1
per 30 employees in any one shift. Toilet facilities shall be provided from the start of building
operations, connection to a sewer shall be made as soon as practicable. Every toilet shall be so
constructed that the occupant is sheltered from view and protected from the weather and falling
objects. Toilet facilities shall be maintained in a sanitary condition. A sufficient quantity of
disinfectant shall be provided. Natural or artificial illumination shall be provided.

16.9. The contractor shall ensure that air pollution due to dust/generators is kept to a minimum,
preventing any adverse effects on the workers and other people in and around the site. The
contractor shall ensure proper screening, covering stockpiles, covering brick and loads of dusty
materials, wheel-washing facility, gravel pit, and water spraying. Contractor shall ensure the
following activities to prevent air pollution during construction:

a. Clear vegetation only from areas where work will start right away

b. Vegetate / mulch areas where vehicles do not ply.

c. Apply gravel / landscaping rock to the areas where mulching / paving is impractical

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-203
d. Identify roads on-site that would be used for vehicular traffic. Upgrade vehicular roads (if these
are unpaved) by increasing the surface strength by improving particle size, shape and mineral
types that make up the surface & base. Add surface gravel to reduce source of dust emission.
Limit amount of fine particles (smaller than 0.075mm) to 10 - 20%

e. Water spray, through a simple hose for small projects, to keep dust under control. Fine mists
should be used to control fine particulate. However, this should be done with care so as not to
waste water. Heavy watering can also create mud, which when tracked onto paved public
roadways, must be promptly removed. Also, there must be an adequate supply of clean water
nearby to ensure that spray nozzles don’t get plugged.

f. Water spraying shall be done on:

i. Any dusty materials before transferring, loading and unloading

ii. Area where demolition work is being carried out

iii. Any un-paved main haul road

iv. Areas where excavation or earth moving activities are to be carried out

v. The contractor shall ensure that the speed of vehicles within the site is limited to 10 km/hr.

vi. All material storages should be adequately covered and contained so that they are not
exposed to situations where winds on site could lead to dust / particulate emissions.

vii. Spills of dirt or dusty materials will be cleaned up promptly so the spilled material does
not become a source of fugitive dust and also to prevent of seepage of pollutant laden water
into the ground aquifers. When cleaning up the spill, ensure that the clean-up process does
not generate additional dust. Similarly, spilled concrete slurries or liquid wastes should be
contained / leaned up immediately before they can infiltrate into the soil / ground or runoff
in nearby areas

viii. Provide dust screens or netting to scaffold along the perimeter of the building

ix. Cover stockpiles of dusty material with impervious sheeting

x. Cover dusty load on vehicles by impervious sheeting before they leave the site

xi. Contractor shall be required to provide an easily accessible area that serves the entire
building and is dedicated to the separation, collection and storage of materials for recycling
including (at a minimum) paper, corrugated cardboard, glass, plastics, and metals. He shall
coordinate the size and functionality of the recycling areas with the anticipated collections
services for glass, plastic, office paper, newspaper, cardboard, and organic wastes to
maximize the effectiveness of the dedicated areas. Consider employing cardboard balers,
aluminium can crushers, recycling chutes, and collection bins at individual workstations to
further enhance the recycling program

16.10. The contractor shall ensure that no construction leachate (e.g. cement slurry etc.), is allowed to
percolate into the ground. Adequate precautions are to be taken to safeguard against this

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-204
including recycling of wasteful materials, reduction of wasteful curing process, collection,
basic filtering and reuse. The contractor shall follow requisite measures for collecting drainage
water run-off from construction areas and material storage sites and diverting water flow away
from such polluted areas. Temporary drainage channels, perimeter dike/swale, etc. shall be
constructed to carry the pollutant-laden water directly to the treatment device or facility
(municipal sewer line).

16.11. Staging (dividing a construction area into two or more areas to minimize the area of soil that
will be exposed at any given time) should be done to separate undisturbed land from land
disturbed by construction activity and material storage.

16.12. The contractor shall comply with the safety procedures, norms and guidelines (as applicable)
as outlined in the document Part 7 Constructional practices and safety, 2005, National Building
code of India, Bureau of Indian Standards. A copy of all pertinent regulations and notices
concerning accidents, injury and first-aid shall be prominently exhibited at the work site.
Depending upon the scope & nature of work, a person qualified in first-aid shall be available
at work site to render and direct first-aid to causalities. A telephone may be provided to first-
aid assistant with telephone numbers of the hospitals displayed. Complete reports of all
accidents and action taken thereon shall be forwarded to the competent authorities.

16.13. The contractor shall ensure the following activities for construction workers safety, among
other measures:

a. Guarding all parts of dangerous machinery.

b. Precautionary signs for working on machinery

c. Maintaining hoists and lifts, lifting machines, chains, ropes, and other lifting tackles in good
condition.

d. Durable and reusable formwork systems to replace timber formwork and ensure that formwork
where used is properly maintained.

e. Ensuring that walking surfaces or boards at height are of sound construction and are provided
with safety rails or belts.

f. Provide protective equipment; helmets etc.

g. Provide measures to prevent fires. Fire extinguishers and buckets of sand to be provided in the
fire-prone area and elsewhere.

h. Provide sufficient and suitable light for working during night time.

16.14. The storage of material shall be as per standard good practices as specified in Part 7, Section
2. Storage, stacking and Handling practices, NBC 2016 and shall be to the satisfaction of the
Engineer in Charge to ensure minimum wastage and to prevent any misuse, damage,
inconvenience or accident. Watch and ward of the Contractors materials shall be his own
responsibility. There should be a proper planning of the layout for stacking and storage of
different materials, components and equipments with proper access and proper maneuverability

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-205
of the vehicles carrying the materials. While planning the layout, the requirements of various
materials, components and equipments at different stages of construction shall be considered.

16.15. The contractor shall provide for adequate number of garbage bins around the construction site
and the workers facilities and will be responsible for the proper utilization of these bins for any
solid waste generated during the construction. The contractor shall ensure that the site and the
workers facilities are kept litter free. Separate bins should be provided for plastic, glass, metal,
biological and paper waste and labelled in both Hindi and English with suitable symbols.

16.16. The contractor shall prepare and submit spill prevention and control plans before the start of
construction, clearly stating measures to stop the source of the spill, to contain the spill, to
dispose the contaminated material and hazardous wastes, and stating designation of personnel
trained to prevent and control spills. Hazardous wastes include pesticides, paints, cleaners, and
petroleum products.

16.17. Contractor shall collect & submit the relevant material certificates for materials with high
recycled (both post-industrial and post-consumer) content, including materials like RMC mix
with fly-ash, glass with recycled content, calcium silicate boards etc..

16.18. Contractor shall collect the relevant material certificates for rapidly renewable materials such
as bamboo, wool, cotton insulation, agrifiber, linoleum, wheat board, strawboard and cork etc.

16.19. Where possible, the contractor shall select materials/vendors, harvested and manufactured
regionally, within a 800-km radius of the project site.

16.20. Contractor shall adopt an IAQ (Indoor Air Quality) management plan to protect the HVAC
system during construction, control pollutant sources, and interrupt pathways for
contamination. He shall sequence installation of materials to avoid contamination of absorptive
materials such as insulation, carpeting, ceiling tile, and gypsum wallboard. He shall also protect
stored on-site or installed absorptive materials from moisture damage.

16.21. The contractor shall ensure that a flush out of all internal spaces is conducted prior to handover.
This shall comprise an opening of all doors and windows for 14 days to vent out any toxic
fumes due to paints, varnishes, polishes, etc.

16.22. Contractor shall make efforts to reduce the quantity of indoor air contaminants that are odorous
or potentially irritating harmful to the comfort and well-being of installer and building
occupants. Contractor shall ensure that the VOC (Volatile Organic Compounds) content of
paints, coatings and primers used must not exceed the VOC content limits mentioned below:

a. Paints
i. Non-flat - 150 g/L
ii. Flat (Mat) - 50 g/L
iii. Anti corrosive/ anti rust - 250 g/L
b. Coatings / Clear wood finishes
i. Varnish - 350 g/L
ii. Lacquer - 550 g/L

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-206
iii. Floor coatings - 100 g/L
iv. Stains - 250 g/L
c. Sealers
i. Waterproofing sealer - 250 g/L
ii. Sanding sealer - 275 g/L
iii. Other sealers - 200 g/L
The VOC (Volatile Organic Compounds) content of adhesives and sealants used must be less
than VOC content limits mentioned:
d. Architectural Applications VOC Limit (g/l less water)
i. Indoor Carpet adhesives - 50 g/L
ii. Carpet Pad Adhesives - 50 g/L
iii. Wood Flooring Adhesive - 100 g/L
iv. Rubber Floor Adhesives - 60 g/L
v. Sub Floor Adhesives - 50 g/L
vi. Ceramic Tile Adhesives - 65 g/L
vii. VCT and Asphalt Tile adhesives - 50 g/L
viii. Dry Wall and Panel Adhesives - 50 g/L
ix. Structural Glazing Adhesives - 100 g/L
x. Multipurpose Construction Adhesives - 70 g/L
e. Substrate Specific Application VOC Limit (g/l less water)
i. Metal to Metal - 30 g/L
ii. Plastic Foams - 50 g/L
iii. Porous material (except wood) - 50 g/L
iv. Wood - 30 g/L
v. Fiber Glass - 80 g/L
16.23. Wherever required, Contractor shall meet and carry out documentation of all activities on site,
supplementation of information, and submittals in accordance with 4 STAR TERI-GRIHA
star program standards and guidelines. Towards meeting the aforementioned building
environmental rating standard(s) expert assistance shall be provided to him up on request.

17. WATER USE DURING CONSTRUCTION

17.1. Contractor should spray curing water on concrete structure and shall not allow free flow of
water. Concrete structures should be kept covered with thick cloth/gunny bags and water should
be sprayed on them. Contractor shall do water ponding on all sunken slabs using cement and
sand mortar.

17.2. The Contractor shall remove from site all rubbish and debris generated by the Works and keep
Works clean and tidy throughout the Contract Period. All the serviceable and non-serviceable
(malba) material shall be segregated and stored separately. The malba obtained during
construction shall be collected in well formed heaps at properly selected places, keeping in a
view safe condition for workmen in the area. Materials which are likely to cause dust nuisance
or undue environmental pollution in any other way, shall be removed from the site at the earliest
and till then they shall be suitable covered. Glass & steel should be dumped or buried separately

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-207
to prevent injury. The work of removal of debris should be carried out during day. In case of
poor visibility artificial light may be provided.

17.3. The contractor shall provide O & M Manuals wherever applicable.

17.4. The contractor shall make himself conversant with the Site Waste Management Program
Manual and actively contribute to its compilation by estimating the nature and volume of waste
generated by the process/installation in question.

18. MATERIALS & FIXTURES FOR THE PROJECT

18.1. Contractor will produce wherever feasible certificate regarding distance of the source of the
relevant material.

a. Unless otherwise stated cement used at site for reinforced concrete, precast members, mortar,
plaster, building blocks, etc shall be PPC (Portland Puzzolana Cement). The PPC must meet
the requirements of IS 1489 (Part I) as regards to fly ash content in cement The contractor shall
obtain from the PPC manufacturer the certificate regarding fly ash content in the PPC in each
batch of consignment.

b. The contractor has to comply as per MoEF issued notification 8.0.763(E) dated 14th Sept.1999
& latest notification of Jan. 2016 containing directive for greater fly ash utilization.

c. The contractor shall ensure that all paints, polishes, adhesives and sealants used both internally
and externally, on any surface, shall be Low VOC products. The contractor shall get prior
approval from the Engineer in Charge before the application of any such material.

d. All plumbing and sanitary fixtures installed shall be as per the direction of the Engineer in
Charge and shall adhere to the minimum LPM (litres per minute) and LPF (litres per flush)

i. Wash basin: 6.3 Litre per minute,

ii. WC flushing: 4/6 Litre per flushing,

iii. Urinal Flushing: 3/6 litre per flush).

e. The contractor shall employ 100% zero ODP (ozone depletion potential) insulation; HCFC
(hydro-chlorofluorocarbon)/ and CFC (chlorofluorocarbon) free HVAC and refrigeration
equipments and/halon-free fire suppression and fire extinguishing systems.

19. RESOURCES CONSUMED DURING CONSTRUCTION

19.1. The contractor shall ensure that the water and electricity is not wasted during construction. The
Engineer in Charge can bring to the attention any such wastage and the contractor will have to
ensure that such bad practices are corrected.

19.2. The contractor shall install necessary meters and measuring devices to record the consumption
of water, electricity and diesel on a monthly basis for the entire tenure of the project.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-208
19.3. The contractor shall ensure that all run-off water from the site, during construction is collected
and reused to the maximum.

19.4. The contractor shall use treated recycled water of appropriate quality standards for
construction, if available.

19.5. No lights shall be turned on during the period between 6:00 AM to 6:00 PM, without the
permission of the Engineer in Charge.

20. CONSTRUCTION WASTE

20.1. Contractor shall ensure that wastage of construction material is within 3%.

20.2. All construction debris generated during construction shall be carefully segregated and stored
in a demarcated waste yard. Clear, identifiable areas shall be provided for each waste type.
Employ measures to segregate the waste on site into inert, chemical, or hazardous wastes.

20.3. All construction debris shall be used for road preparation, back filling, etc, as per the
instructions of the Engineer in Charge, with necessary activities of sorting, crushing, etc.

20.4. No construction debris shall be taken away from the site, without the prior approval of the
Engineer in Charge.

20.5. The contractor shall recycle the unused chemical/hazardous wastes such as oil, paint, batteries,
and asbestos.

20.6. If and when construction debris is taken out of the site, after prior permissions from the
Engineer in Charge, then the contractor shall ensure the safe disposal of all wastes and will
only dispose of any such construction waste in approved dumping sites.

21. DOCUMENTATION

21.1. The contractor shall, during the entire tenure of the construction phase, submit the following
records to the Engineer in Charge on a monthly basis:

a. Water consumption in litres


b. Electricity consumption in kwh units
c. Diesel consumption in litres
d. Quantum of waste (volumetric/weight basis) generated at site and the aggregated waste types
divided into inert, chemical and hazardous wastes.
e. Digital photo documentation to demonstrate compliance of safety guidelines as specified here
and in CPWD Safety Code as per GCC 2020 (EPC).

21.2. The contractor shall, during the entire tenure of the construction phase, submit the following
records to the Engineer in Charge on fortnightly basis:

a. Quantities of material brought on the site, including the material issued to the contractor by the
Engineer in charge.
b. Inventories of materials used in the work i/c. flyash, flyash bricks etc.
c. Quantities of construction debris (if at all) taken out of the site

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-209
d. Digital photographs of the works at site, the workers facilities, the waste and other material
storage yards, pre-fabrication and block making works, etc as guided by the Engineer in
Charge.
e. No. of different categories of labours deployed at site for work (shift wise).
21.3. The contractor shall submit a document after construction of the buildings, a brief description
along with photographic records to show that other areas have not been disturbed during
construction. The document should also include brief explanation and photographic records to
show erosion and sedimentation control measures adopted. (Document CAD drawing showing
site plan details of existing vegetation, existing buildings, existing slopes and site drainage
pattern, staging and spill prevention measures, erosion and sedimentation control measures and
measures adopted for top soil preservation during construction

21.4. The contractor shall submit to the Engineer in Charge after construction of the buildings, a
detailed as built quantification of the following:

a. Total materials used,


b. Total top soil stacked and total reused,
c. Total earth excavated
d. Total waste generated,
e. Total waste reused,
f. Total water used,
g. Total electricity, and
h. Total diesel consumed.

21.5. The contractor shall submit to the Engineer in Charge, before the start of construction, a site
plan along with a narrative to demarcate areas on site from which top soil has to be gathered,
designate area where it will be stored, measures adopted for top soil preservation and indicate
areas where it will be reapplied after construction is complete.

21.6. The contractor shall submit to the Engineer in Charge, a detailed narrative (not more than 250
words) on provision for safe drinking water and sanitation facility for construction workers and
site personnel.

21.7. Provide supporting document from the manufacturer of the cement specifying the flyash
content in PPC used in reinforced concrete.

21.8. The contractor shall submit the following information to the Engineer-in-charge at the end of
construction, for all material brought to site for construction purposes, including
manufacturer’s certifications, verifying information, and test data, where Specifications
sections require data relating to environmental issues including but not limited to:

a. Source of products: Supplier details and location of the supplier.


b. Project Recyclability: Submit information to assist Owner and Contractor in recycling
materials involved in shipping, handling, and delivery, and for temporary materials necessary
for installation of products.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-210
c. Recycled Content: Submit information regarding product post industrial recycled and post
consumer recycled content, Use the Recycled Content Certification Form, to be provided by
the Commissioning Authority appointed for the Project.
d. Product Recyclability: Submit information regarding product and products component’s
recyclability including potential sources accepting recyclable materials where ever applicable.
e. Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at
this particular project site
f. Submit environmental and pollution clearance certificates for all diesel generators installed as
part of this project. Provide total support to Engineer in Charge and Green Building Consultants
appointed by the Engineer in charge in completing all Green Building Rating related
formalities, including signing of forms, providing signed letters in the contractor’s letterhead
whenever required.

21.9. Provide final certification of well-managed forest of origin to provide final documentation of
certified sustainably harvested status: Acceptable wood, certified sustainably harvested,
certifications shall include:

a. Clean tech: Provide pollution clearance certificates from all manufacturers of materials
b. Indoor Air quality and Environmental Issues: Submit emission test data, sourced from the
manufacturers, produced by acceptable testing laboratory listed in Quality Assurance Article
for materials as required in each specific Specification section.
c. Certifications from manufacturers of Low VOC paints, adhesives, sealant and polishes used at
this particular project site.
d. Certification from manufacturers of composite wood products/agro fibre products on the
absence of added urea formaldehyde resin in the products supplied to them to this particular
site.
e. Submit environmental and pollution clearance certificates for all diesel generators installed as
part of this project. Provide total support to Engineer in Charge and Green Building Consultants
appointed in completing all Green Building Rating related formalities, including signing of
forms, providing signed letters in the contractor’s letter head whenever required.

22. EQUIPMENT

22.1. To ensure energy efficiency during and post construction all pumps, motors and engines used
during construction or installed, shall be subject to approval of the Engineer-in-Charge.

22.2. All lighting installed by the contractor around the site and at the labour quarters during
construction shall be led fixtures of the appropriate illumination levels. This condition is a
must, unless specifically prescribed.

22.3. The contractor is expected to go through all other conditions of the minimum 4 star GRIHA
rating system. Failure to adhere to any of the above-mentioned items, without approval of the
Engineer in Charge, shall be deemed as a violation of contract and the contractor shall be held
liable for penalty as per terms of the agreement. The contractor shall also engaged GRIHA
consultant and register the project for Star Rating. The fees of the consultant as well as the

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-211
registration fees of the project for Star rating shall be inclusive in the rates quotated by
contractor.

22.4. In case any penalty is imposed by any Hon’ble Court, NGT or any other authority due to non-
compliance of any statutory order, or law or guidelines or pollution control or environmental
norms, the same will be borne by the contractor.

23. SUBMISSION OF POLLUTION CONTROL PLAN

23.1. The contractor shall submit the detailed action plan for control of pollution and for adherence
to all the environmental guidelines/Laws/statutes/Court Orders/NGT orders/orders of pollution
control authorities through the entire period of construction at site. The detailed action plan
shall be submitted to the Engineer-in-Charge within 15 days of the stipulated date of start of
work and shall be got approved from the Engineer-in-Charge.

23.2. The contractor shall arrange for control measures of all dust/noise/emission from the
construction activities at site of work and shall install screens/curtains/ covers/dust trappers etc.
as per guidelines/orders of the NGT/Court of law/ statutory authorities etc. No hindrance shall
be allowed, arising out of any stay/stopping of work from any court/statutory
authority/NGT/Govt. Authorities as a consequence of the contractor not adhering to any
pollution control guideline/law/order of the state bodies during the construction period.
Nothing shall be paid to the contractor on account of expenses for any dust/pollution/emission
control measures at the site of work or any delay in work due to any orders passed by any court/
statutory authority/Govt. Authorities during the period of construction.

23.3. Compensation of Rs. 5,000/- per day will be levied and recovered from the dues of the
contractor for each day of delay beyond 15 days for non-submission of pollution control
plan.

23.4. The contractor is strongly advised to study all dust/Noise/emission/ pollution control
norms/laws/Court Orders before bidding for the work and quote his rates accordingly
for any liability which may arise on this account during the period of construction.

23.5. Nothing extra, whatsoever, shall be paid beyond the quoted rates on the account of compliance
of conditions and instructions prescribed under special conditions for prevention of air water
land pollution, green building construction and its sub clauses thereof, and the rates already
quoted by the contractor shall be deemed to be inclusive of all such provisions except for
provided otherwise

24. Samples of various materials required for testing as per the frequency prescribed in CPWD
specifications/BIS codes/Contract, whichever is higher shall be provided free of charges by the
contractor. Testing charges, if any, unless otherwise mentioned, shall be borne by the contractor
and testing shall be got conducted in labs approved by SE&PD, Uttarakhand Projects. All other
expenditure required to be incurred for taking the samples; conveyance, packing etc. shall also
be borne by the contractor himself. No extra payment shall be made on this account.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-212
24.1. For certain item, if frequency of tests is not mentioned in the CPWD Specifications, then
relevant IS code shall be followed and tests shall be carried out as per the frequency specified
therein.

24.2. Door/window frames/shutters and other factory-made materials shall be procured from reputed
and approved manufacturers, or their authorized dealers as approved by Engineer in charge.
Decision of Engineer-in-charge in this regard shall be final and binding.

25. All CP brass water supply fittings and fixtures mentioned anywhere in the agreement shall be single
lever in case of mixers and quarter turn in case of rest and shall be of make and model as per the list of
approved makes provided in the agreement.

26. All the CP brass/ SS fittings and fixtures for toilets like towel rod, towel rack, rob hook, angle valve
and other such wellness products/accessories shall be of make and model as per the list of preferred
makes provided in the agreement, except otherwise mentioned.

27. CP brass nipple/GI hexa nipple of appropriate dia and length, wherever required to be provided, shall
be of make as per list of preferred makes and nothing extra shall be paid on this account and the overall
quoted cost shall be deemed to be inclusive of all such provisions.

28. All sanitary wares and fittings shall conform to IS standards and to be procured from approved makes.
The contractor shall submit minimum three samples of different makes of approved/ preferred make
list for all fittings and fixtures proposed to be used, to the Engineer-in-charge for his approval and
decision of engineer-in-charge regarding selection of any sample shall be final and binding. The
approved samples shall remain with the Engineer-in-charge till the completion of the work.

29. The items of stainless steel railing mentioned in the agreement shall be modular/ knock down type in
construction as per the list of preferred makes provided in the agreement. Welding of joints shall be
resorted to in exceptional cases only with the approval of engineer-in-charge.

30. All kind of hardware to be used for fire doors like door closer, hinges, panic-bar, trim latch, mortice
latch and lock etc. shall be certified having valid certificate of approval from third party reputed
International certifying agency like Certifire or equivalent.

31. Items of aluminium provided for shutter and fixed portion in the agreement shall be of section
compatible with euro hinges/ butt hinges/concealed hinges/3d hinges or rollers for use in casement /
sliding shutters as directed by the engineer-in-charge, for which nothing extra shall be paid and the
decision of engineer-in-charge in this regard shall be final and binding.

32. All the aluminium doors and windows shall be factory fabricated through specialized agencies as per
the list of preferred makes. In case no agency is provided in the list of preferred makes, specialized
agency shall be got approved from engineer-in-charge after submitting all required document like
previous work done, completion certificate, copy of work order, IT TDS certificates for the work done
etc. as may have been prescribed in the agreement to the satisfaction of the engineer-in-charge including
inspection of work if required. The decision of engineer-in-charge regarding acceptance or rejection of
such agency proposed by the contractor shall be final and binding. In no case fabrication of aluminium
door and windows shall be allowed at site.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-213
33. Contractor shall have to strictly abide and follow all the terms and conditions prescribed by ministry of
environment and forest (MoEF), GOI, NGT, CPCB, state PCB, available on their website or any other
appropriate government authority for construction works at site location or elsewhere, for which
nothing extra shall be paid on this account except for provided otherwise in the agreement. The quoted
rate shall be deemed to be inclusive of all such provision and conditions and provisions as
aforementioned. In case of non-fulfillment of any of the conditions/provisions prescribed by the
aforementioned authorities, as the case may be, engineer-in-charge shall get it done at the risk and cost
of contractor after giving him a notice in writing and such decision of engineer-in-charge shall be final
and binding in the contractor.

34. Contractor shall mandatorily be required to provide to the engineer-in charge certified copies of original
invoices of all kind of materials, T&P etc. being used or procured for this agreement. Failure to provide
any of such information to engineer-in-charge to his satisfaction shall render the contractor ineligible
for payment for such items and no claim whatsoever on this account shall be admissible and decision
of engineer-in-charge in this regard shall be final and binding.

35. Contractor shall provide minimum three samples of three different makes for each item of work as per
the list of approved makes for the approval of engineer-in-charge. It shall be the discretion of Engineer-
in-charge to approve any of the three samples to be submitted by the contractor and decision of
engineer-in-charge in this regard shall be final and binding and nothing extra, whatsoever, shall be
admissible on this ground.

36. The site for execution of work may get very congested and there may be no space for labour hutments,
batching plant or stacking of construction materials. In such a case, the agency shall have to arrange
space outside the campus at its own risk and cost for labour huts, batching plant and stacking of
materials required for construction, cost of which may be factored in, while quoting for the work. No
claim, whatsoever, shall be admissible on account of hindrance or additional cost being incurred for
these activities.

37. The land for labour camps & batching Plant and storage/dumping of construction materials shall be
arranged by the contractor at his risk and cost. The lease/rent charges shall be borne by the contractor.
The Engineer-in-Charge shall extend necessary help and issue necessary recommendations etc. to the
concerned clients / department for temporary allotment of land during construction period, if land is
available with them. In such cases, the contractor shall vacate the land after completion of work in same
condition as was at the time of allotment.

38. Rates being quoted by the tenderers shall be deemed to be inclusive of all kind of multiple handling of
materials including manual carriage and wastage involved thereto, including all lifts and leads up to the
work site. No claim, whatsoever, shall be admissible on account of hindrance or additional cost being
incurred for these activities.

39. Rates quoted by the tenderers shall be deemed to be inclusive of loading, unloading, carrying away and
dumping the malba, rubbish or surplus earth being generated during construction or due to dismantling,
outside the campus including all lifts and leads, at any government approved location or any other
suitable location in conformity with the laws of land at contractors risk and cost. The entire

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-214
responsibility and any kind of legal and financial liabilities arising out of such activity including
identification of suitable dumping ground (government/private) shall lie completely over the contractor.

40. Only river sand/fine aggregates shall be allowed for concrete/mortar/plaster works. Manufactured sand
shall be allowed only under extraordinary circumstances.

41. No hindrance shall be applicable/allowed for bad weather, snowfall, rainfall, hurricane, non-
motor able roads, mud, slush etc. and alike conditions and any delay, if any, caused on account
of such factors, shall have to be covered up by deploying additional labor, resources and working
in shifts. Nothing extra shall be paid on this account over and above the quoted rates.

42. The ridges used in metal sheet roofing shall be cut and notched down as per the directions of the
Engineer in charge in the trough/valley portions of the metal sheet roofing. In case of pre coated metal
profile sheet roofing, self-tapping/drilling screws as per the specifications shall be provided on each
crest/ridge on each purlin. The quoted rates shall be inclusive of all such operations and nothing extra
shall be paid on this account.

43. All corner joints of tiles in dado shall be made by chamfering the edges of tiles to 45 degree to produce
a fine mitred joint and filling same with matching grout. Nothing extra shall be paid on this account.

44. All joints of stones in wall claddings shall be made as per the architectural drawings or directions given
by Engineer in charge. Making of all kind of such stone joints such as V groove, butt joint, partial butt
joint etc., including polishing of the edge of stone in such groove/joint shall be deemed to be included
in the quoted cost, unless mentioned otherwise and nothing extra shall be paid on this account.

45. Moisture barrier membrane required in the items of modular expansion joint shall be of EPDM
membrane of minimum 1.1 mm thickness of make as approved by Engineer in charge. The cost of such
membrane and fixing it using epoxy adhesive and putty is deemed included in the quoted rates and
nothing extra shall be paid on this account.

46. Painting on interior and exterior surfaces of building shall be done using rollers only and nothing extra
shall be paid on this account. Painting of corners flat brushes may be used.

47. The defect liability period shall be as per conditions given in Clause-17 of GCC-2022 for EPC
Projects.

48. ROYALTY: Contractor shall comply with all statutory rules and regulations w.r.t royalty and other
levies and taxes. Royalty at the prevalent rates prescribed by Government, shall be paid by the
Contractor or his associate supplier as per Government rules, on all applicable materials such as
boulders, metals, all sizes stone aggregates, brick aggregates, coarse and fine aggregates, moorum, river
sand, gravels, earth and bajri etc. collected by him for the execution of the work, directly to the revenue
authority of the state government concerned. Further, contractor needs to submit proof of submission
of full royalty to the state government or local authority. Nothing extra shall be payable on this account.

49. The hindrances in execution of work, if any, whether on part of the contractor or department, as required
under clause 2 and clause 5 for determining extension of time/rescheduling of milestones etc., with or
without levy of compensation, shall be judged/worked out/based on the correspondences and site order
book records between the department and the contractor.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-215
SPECIAL CONDITIONS FOR
CIVIL & SANITARY INSTALLATION / WATER SUPPLY / DRAINAGE WORK

1. EARTH WORK:

1.1. The work shall be done in accordance with CPWD Specifications - 2019 - Vol. I & Vol. II and
National Building Code 2016 with upto date correction slips.

1.2. Excavation shall be undertaken to the width of the Retaining wall footing including necessary
margins for construction operation as per drawing or directed otherwise. Where the nature of
soil or the depth of the trench and season of the year, do not permit vertical sides, the contractor
at his own expense shall put up the necessary shoring, strutting and planking or cut slopes with
or without steps, to a safer angle or both with due regard to the safety of personnel and works
and to the satisfaction of the Engineer. Nothing extra shall be paid for making steps and slopes
etc. as required.

1.3. As per approved structural and architectural drawings, foundation of the building shall be
excavated with most secured and advance method. Contractor shall use all safety equipment
and measures during excavation of the foundation. The contractor shall make at his own cost
all necessary arrangements for maintaining water level, in the area where works are under
execution low enough so as not to cause any harm to the works or problems in carrying out
with the execution and the rates for all items of work shall be considered as inclusive of
pumping out or bailing out water, if required, for which no extra payment shall be made. This
will include water coming from any source, such as rains, accumulated rain water, floods,
leakages from sewer and water mains, subsoil water table being high or due to any other cause
whatsoever. During and after excavation, if the sub soil water, rain water, and water from any
source percolate in the foundation trench, than contractor shall arrange most suitable method
to bail out of this water to the nearest drain. The contractor shall make necessary provision of
pumping, dredging, and bailing out water coming from all above sources and excavation and
other works shall be kept free of water by providing suitable system approved by the Engineer-
in-charge.

1.4. Sub-soil water table at work site can be verified from the geotechnical soil report attached with
this NIT document. The water level may vary due to rainy season or due to dewatering etc. in
order to avoid possibility of basement/ foundation of building getting uplifted/ damaged due to
water pressure, the contractor shall make arrangement for lowering the ground water table
below the proposed foundation level as approved by Engineer-in-charge. Sub soil water table
shall be maintained at least 50 cm below the P.C.C. level during laying of P.C.C., water
proofing treatment, laying of raft and beams including filling of earth/sand under the raft. The
water table shall not be allowed to rise above base of raft level until completion of outer
retaining walls including water proofing of vertical surface of walls and back filling along the
walls up to ground level and until the structure attains such height to counter balance the uplift
pressure. However, the contractor should inspect the site and make his own assessment about
sub-soil water level likely to be encountered at the time of execution and quote his rates
accordingly. Rate of all items are inclusive of pumping out or bailing out water, if required.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-216
Nothing extra on this account whatsoever shall be paid to him unless otherwise specified. The
sequence of construction shall be got approved by the Engineer-in-charge

1.5. The contractor shall at his own cost make all necessary arrangements for stabilization of slope,
construction of temporary retaining structure e.g. diaphragm wall, cofferdam, anchor pile,
shoring or shuttering, sheet pile required for retaining of earth during excavation as per
direction of engineer-in-charge.

1.6. All the major excavation shall be carried out by mechanical excavator. No extra payment shall
be made for that.

1.7. Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced
by the contractor only when all men, machinery’s and materials have been arranged and closing
of the trench(s) thereafter shall be ensured within the least possible time

1.8. The rates are inclusive for all lead & depths & nothing extra shall be paid for additional lift etc.

2. CONCRETE WORK:

2.1. The work shall be done in accordance with CPWD Specifications - 2019- Vol. I & Vol. II with
upto date correction slips.

2.2. If the quantity of cement actually used in the work is found to be more than the theoretical
quantity of cement including authorized variation, nothing extra shall be payable to the
contractor on this account. In the event of it being discovered that after the completion of the
work, the quantity of cement used is less than the quantity ascertained as herein before provided
(allowing variation on the minus side as stipulated in clause 38) the cost of quantity of cement
so less used shall be recovered from the contractor at market rate. Decision of the Engineer-in-
Charge in regard to the quantity of cement which should have been actually used as per the
schedule and recovery at the rate specified shall be final and binding on the contractor.

2.3. For non-scheduled items, the decision of the Superintending Engineer regarding theoretical
quantity of the cement which should have been actually used shall be final and binding on the
contractor

3. R.C.C./C.C WORK (DESIGN MIX CONCRETE):

3.1. The RCC work shall be done with Design Mix Concrete. Wherever letter M has been indicated,
the same shall imply for the Design Mix Concrete. The Design Mix Concrete will be designated
based on the principles given in IS: 456, 10262 & SP 23. The condition and specifications
stated herein shall have precedence overall conditions and specifications stated in relevant I.S
codes/CPWD specifications. The concrete mix shall be designed for specified target mean
compressive strength in order to ensure that the work test results do not fall below the
acceptance criteria specified for the concrete mix. The Contractor shall design mixes for each
class of concrete indicating that the concrete ingredients and proportions will result in concrete
mix meeting requirements specified. The mix shall be designed with quantities of admixture /
plasticizer proposed to achieve required workability & strength. The specifications mentioned
here in below shall be followed for Design Mix Concrete.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-217
3.2. The sources of coarse aggregate, fine aggregate & water to be used in concrete work shall be
identified by the contractor & he will satisfy himself regarding their conforming to the relevant
specification & their availability before getting the same approved by the Engineer-in-Charge.

3.3. Coarse Aggregate: -As per CPWD Specifications - 2019 - Vol. I & Vol. II with upto date
correction slips

3.4. Fine Aggregate: -As per CPWD Specifications - 2019 - Vol. I & Vol. II with upto date
correction slips.

3.5. Water:-It shall confirm to requirements laid down in IS: 456-2000 / CPWD Specifications -
2019 - Vol. I & Vol. II with upto date correction slips.

3.6. Cement:-PPC shall be used for design mix concrete and shall conform to IS-1489 (part-I).
However, if higher grade of cement is used by the contractor nothing extra shall be paid on this
account.

3.7. Admixtures/ Plasticizers:-The admixture shall confirm to IS: 9103, wherein required, the
admixture of approved quality and approved make only shall be used to attain the required
workability. Nothing extra shall be paid for use of admixtures.

3.8. Grade of Concrete: The compressive strength of various grades of concrete, characterstic
strength, water cement ratio, minimum/maximum cement content, standard deviation etc shall
be as per IS:456-2000

NOTE:

In the designation of a Concrete mix letter M refers to the mix and the number of the specified
characteristic compressive strength of 15 cm-Cube at 28 days expressed in N/mm2.

3.9. The Contractor shall engage one of the following approved laboratories / test house for
designing the concrete mix in accordance with relevant IS Code and to conduct laboratory tests
to ensure the target strength & workability criteria for a given grade of concrete: -

a. IIT Kanpur
b. IIT Ropar
c. IIT, New Delhi.
d. IIT, Roorkee
e. NCCBM, Ballabhgarh

The various ingredients for mix design / laboratory tests shall be sent to the lab / test houses
through the Engineer-in-Charge and the samples of such aggregates sent shall be preserved at
site by the department.

3.10. In the event if all the five laboratories are unable to carry out the requisite design / testing, the
contractor may have it done from any other laboratory with prior approval of the SE&PD,
Uttarakhand Project.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-218
3.11. The contractor shall submit the report on design mix from any of above approved laboratories
for approval of Engineer-in-Charge within 60 days from the stipulated date of start of work to
the engineer in charge. No concreting shall be done until the design mix is approved. In case
of white Portland cement and the likely use of admixtures in concrete with ordinary
Portland/white Portland cement, the contractor shall design and test the concrete mix by using
trial mixes with white cement and / or admixtures also, for which nothing extra shall be payable.

3.12. In case of change of source or characteristic properties of the ingredients used in the concrete
mix during the work, a revised laboratory design mix report conducted at laboratory established
at site shall be submitted by the contractor as per the direction of the Engineer-in-Charge.

3.13. Trial Batches

a. The designed mix proportion shall be checked for target mean compressive strength by means
of trial batches.
b. The quantities of materials for each trial mix shall be sufficient for at least six specimens
(cubes) and the concrete required for carrying out workability tests.
c. The workability of trial mix No. 1 shall be measured and mix shall be carefully observed for
freedom from segregation, bleeding and its finishing characteristics. The water content, if
required, shall be adjusted corresponding to the required changes in the workability.
d. With the modified water content, the mix pro-portions shall be recalculated by keeping with
water cement ratio unchanged. The mix proportions, as modified, shall form the Trial Mix No.
2 and tested for the specified strength and workability.
e. In addition, trial mix No. 3 and 4, mix shall be designed by keeping water contents same as that
determined for trial mix 2 but varying the water cement ratio +10 percent of the specified value
and tested for their design characteristics.
f. All cost of mix designing and testing connected therewith including charges payable to the
laboratory shall be borne by the Contractor including redesigning of the concrete mix wherever
required and directed by Engineer-in-Charge.

3.14. APPROVAL OF DESIGN MIX:

a. The design mix for a specified grade of concrete shall be done for a target mean compressive
strength

Tck = fck + 1.65s


Where:
fck = Characteristic compressive strength at 28 days.
s = Standard deviation which depends on degree of quality control.

b. The degree of quality control for this work is “good” for which the standard deviation (s)
obtained for different grades of concrete shall be as follows:

Grade Of Concrete Standard Deviation (S)


M-10 3.5
M-15 3.5
M-20 4.0

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-219
M-25 4.0
M-30 5.0
M-35 5.0
M-40 5.0

c. Minimum three sets of separate preliminary test shall be carried out for each trial batch of
concrete mix. Each test shall comprise six specimens and only one test set of six specimens
shall be made on any particular day. Out of the six specimen of each set, three shall be tested
at seven days and remaining three at 28 days. The preliminary tests at seven days are intended
only to indicate the strength to be attained at 28 days. While the design mix shall be approved
only on the basis of test strength of 28 days. The design mix shall be considered satisfactory
and approval if atleast three preliminary test-sets individually satisfy the following strength and
workability criteria.

i. The average strength of each test sets is not less than the specified target mean compressive
strength (TCK).
ii. The strength of any specimen cube is not less than 0.85 Tck.
iii. The concrete mix is required degree of workability and acceptance concrete finish.

3.15. WORK STRENGTH TEST:

a. TEST SPECIMEN:

Work strength test shall be conducted in accordance with IS: 516 on random sampling. Each
test shall be conducted on six specimens, three of which shall be tested at 7 days and remaining
three at 28 days.

b. TEST RESULTS OF SAMPLES:

The test results of the sample shall be the average of the strength of three specimens. The
individual variation shall not be more than + 15% percent of the average. If variation is more,
the test results shall be treated as invalid. 90% of the total tests shall be done at the laboratory
established at site by the contractor and remaining 10% in the laboratory of IITs and NITs or
in any other laboratory as directed by the SE&PD, Uttrakhand Project, CPWD.

c. LOT SIZE:-

The minimum frequency of sampling of concrete of each grade shall be in accordance with the
following:

Quantity of Concrete in The Work Number Of Samples


(Cubic Metre Per Day).
1-5 1
6-15 2
16-30 3
31-50 4

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-220
51 & above 4 Plus one additional sample for each
additional 50 cubic metre of part thereof

NOTE: At least one sample shall be taken from each shift.

3.16. STANDARD OF ACCEPTANCE:

a. In case the test results of all the samples are above the characteristic compressive strength, the
concrete shall be accepted.

b. In case the test result of one or more samples fails to meet the requirement (i) above, it shall be
accepted if both the following conditions are met:-

c. Any individual test result is not less than (fck - 4) N/mm2.

d. The mean of test results from any group of four consecutive samples is more than (fck + 4)
N/mm2.

e. Concrete of each grade shall be assessed separately.

f. Concrete is liable to be rejected, if it is porous or honeycombed, its placing has been interrupted
without providing a proper construction joint, the reinforcement has been displaced beyond the
tolerances specified, or construction tolerances have not been met.

3.17. The contractor has to arrange at site centering and shuttering for as per schedule- F within two
months from stipulated date of start of work. Only M.S. centering / shuttering and scaffolding
material unless & otherwise specified shall be used for all R.C.C. work to give an even finish
of concrete surface. However, marine-ply shuttering in exceptional cases as per site
requirement may be used on specific request from contractor as approved by the Engineer-in-
Charge.

3.18. The rate quoted by the tenderer also include cost of special type of centering and shuttering e.g.
circular in shape or of any other architectural design.

3.19. In order to keep the floor finish as per architectural drawings and to provide required thickness
of the flooring as per specifications, the level of top surface of R.C.C. shall be accordingly
adjusted at the time of its centering, shuttering and casting for which nothing extra shall be paid
to the Contractor.

3.20. As per general engineering practice, level of floors in toilet / bath, balconies, shall be kept 25-
30 mm lower than general floors. shuttering should be adjusted accordingly and slabs should
be laid with towards the drainage point. Nothing extra is payable on this account.

4. Production of Concrete:

4.1. The site for the work is congested. The contractor has to arrange the site / land for installation
of batching plant outside the site. All concrete shall be produced through fully computerised
weigh-batching plant of suitable capacity (not less than 60 cum/hr.) conforming to IS: 4925
with the arrangements for automatic dispensing of admixture and having facility of giving print

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-221
out indicating weight / details of all ingredient of concrete in each lot/ batch and variations
from the approved design mix if any. Fully automatic batching and mixing plant having
capacity not less than 60 cum/ hour shall be installed at the arranged site by the contractor as
the space for installation for batching plant may not be available at construction site. Nothing
extra for installation and carriage of concrete from the batching plant shall be entertained.

4.2. The batching and mixing plants shall be dedicated plants for this project. Contractor shall make
his own arrangements for the necessary infrastructure for installation of batching plant and
other machineries. However, if due to any reason, contractor wishes to supplement the concrete
from Ready Mix Concrete (RMC) supplier, he is permitted to procure the same from the source
approved by the SE&PD, Uttarakhand Project, at his own cost. In such a situation nothing extra
shall be paid to the contractor.

4.3. All technical requirements such as cement type and minimum cement quantity, w/c ratio,
slump, admixture etc. shall be conveyed to RMC supplier by the contractor and contractor shall
be wholly responsible for ensuring the property of concrete as required at site, nothing extra
shall be paid to the contractor.

4.4. The contractor may take some time to install his own batching plants at the arranged site and
till the batching plants are installed, the contractor is permitted to procure concrete from
approved Ready Mix Concrete (RMC) supplier for a period 3 months from date of start of work
or the period as agreed by Engineer-in-Charge. Similarly, when the work is nearing completion
and daily requirement of concrete is very less, if agreed by the Engineer-in-Charge, the
contractor may be permitted to procure the concrete from approved Ready-Mix Concrete
(RMC) supplier and nothing extra shall be paid to the contractor on this account.

5. LAND FOR TEMPORARY USE

The land for labour camps, batching plant and storage /dumping of materials shall be arranged by the
contractor. The lease/rent charges shall be borne by the contractor. The Engineer-in-Charge shall extend
necessary help and issue necessary recommendations etc. to the concerned department for temporary
allotment of land during construction period.

6. BATCHING PLANT

6.1. The batching and mixing plant shall be fully automatic of suitable capacity not less than
60cum/hour. Automatic batcher shall be charged by devices which when actuated by a single
starter switch will automatically start the weighing operation of each material and stop
automatically when the designated weight of each material is fed in the mixer. The batching
plant shall have automatic arrangement for dispensing the admixture and shall be capable of
discharging water in more than one stage. A batching plant essentially shall consist of the
following components:

6.2. Separate storage bins for different sizes of aggregates, silo for cement and flyash, water storage
tank. Batching equipment, Mixers, Control Panels, Mechanical material feeding and elevating
arrangements.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-222
6.3. The compartments of storage bins for aggregates shall be approximately of equal size. The
cement compartment shall be centrally located in the batching plant. It shall be water tight and
provided with necessary air vent, aeration fittings for proper flow of cement & emergency cut
off gate. The aggregate and sand shall be charged by power operated centrally revolving chute.
The entire plant from mixer floor upward shall be enclosed and insulated. The batch bins shall
be constructed so as to be self cleansing during draw-down. The batch bins shall in general
conform to the requirements of IS: 4925.

6.4. The batching equipment shall be capable of determining and controlling the prescribed
quantities of various constituent materials for concrete accurately i.e. water, cement, sand,
individual size of coarse aggregates etc. The accuracy of measuring devices shall fall within
the following limits.

Measurement of Cement: + 2% of the quantity of cement in each batch


Measurement of Water: + 3% of the quantity of water in each batch
Measurement of Aggregate: + 3% of the quantity of aggregate in each batch
Measurement of Admixture: + 3% of the quantity of admixture in each batch

6.5. The batching and mixing plant shall have the provision of adjusting the plus / minus quantity
of various ingredients in the next batch so that there is no variation in quantity of ingredients
from design mix in a lot consisting of 5 to 6 batches.

6.6. The mixer in the batching plant shall be so arranged that mixing action in the mixer can be
observed from the operator’s station. The mixer shall be equipped with a mechanically or
electrically operated timing, signalling and metering device which will indicate and assure
completion of the required mixing period. The mixer shall have all other components as
specified in IS: 4925.

7. Transportation, Placing and Compaction of Concrete:

7.1. Mixed concrete from the RMC / Batching plant shall be transported to the point of placement
by transit mixers and placed in position through concrete pumps and/or steel closed bottom
buckets capable of carrying minimum 0.6 cum concrete. In case the concrete is proposed to be
transported by transit mixer, the mixing speed shall not be less than 4 rev/min. of the drum nor
greater than a speed resulting in a peripheral velocity of the drum 70 m/minutes at its largest
diameter. The agitating speed of the agitator shall be not less than 2 rev/min nor more than 6
rev/min of the drum. The number of revolution of the mixing drum or blades at mixing speed
shall be between 70 to 100 revolutions for a uniform mix, after all ingredients, have been
charged into the drum. Unless tempering water is added, all rotation after 100 revolutions shall
be at agitating speed of 2 to 6 rev/min and the number of such rotations shall not exceed 250.
The general construction of transit mixer and other requirement shall conform to IS: 5892.

7.2. In case concrete is to be transported by pumping, the conduit shall be primed by pumping a
batch of mortar through the line to lubricate it. Once the pumping is started, it shall not be
interrupted (if at all possible) as concrete standing idle in the line is liable to cause a plug. The
operator shall ensure that some concrete is always there in the pump receiving hopper during

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-223
operation. The lines shall always be maintained clean and shall be free of dents at all stages.
Special precaution shall be taken that surrounding temperature during concreting shall not
exceed 30 degree centigrade.

7.3. Except where otherwise agreed to by the Engineer-in-Charge, concrete shall be deposited in
horizontal layers to a compacted depth of not more than 450 mm. Unless agreed to by the
Engineer- in-Charge, concrete shall not be dropped into place from a height exceeding 1.5m.
In order to avoid such situations chutes, tremie pipe or closed bottom buckets shall be used.
These shall be kept clean and used in such a way as to avoid segregation. Slope of the chute
shall be so adjusted that concrete flows without the use of excessive quantity of water. The
delivery end of chute shall be as close as possible to the point of deposit. The chute shall be
thoroughly flushed with water before and after each working period and the water used for this
purpose shall be discharged outside the formwork. The concrete shall be compacted by using
immersion type vibrators. When the concrete is being continuously deposited to a uniform
depth along a member, vibrator shall not be operated within one meter of free end of the
advancing concrete. Every effort shall be made to keep the surface of the previously placed
layer of concrete alive so that the succeeding layer can be amalgamated with it by the vibration
process. In case the concrete in underlying layer has hardened to such an extent that it cannot
be penetrated by the vibrator but is still fresh (that is, just after initial set), un-imposed bond
shall be achieved between the top and underlying layer by first scarifying the lower layer before
the new concrete is placed by systematically and thoroughly vibrating the new concrete. The
points of insertion of vibrator in the concrete shall be so spaced that the range of action overlap
to some extent and the freshly filled concrete is sufficiently consolidated at all locations. The
spacing between the dipping positions of vibrator shall be maintained uniformly throughout
the surface of concrete so that concrete is uniformly vibrated. The vibrating head shall be
regularly and uniformly inserted in the concrete so that it penetrates of its own accord and shall
be withdrawn slowly whilst running so as to allow redistribution of concrete in its way and
allow the concrete to flow back into the hole behind the vibrator. The vibrator head shall be
kept in one position till the concrete within its influence is completely consolidated. Vibration
shall be continued until the coarse aggregate particle have blended into the surface but have
not disappeared. The contractor shall keep at least one additional vibrator in serviceable
condition to be used in the event of breakdowns and maintenance problems.

7.4. The vibrator head shall not be brought more than 200 mm near to the formwork as this may
cause formation of water stagnations. The formwork shall be strong and great care shall be
exercised in its assembly. It shall be designed to take up increased pressure of concrete and
pressure variations caused in the neighbourhood of vibrating head, which may result in
excessive local stress on the formwork. The joints of the formwork shall be made and
maintained tight and close enough to prevent the squeezing out slurry or sucking in of air during
vibration. The formwork to receive concrete shall be cleaned and made free from standing
water, dust, etc. The contractor shall keep provision for screed and shutter vibrators at site.

7.5. No concrete shall be placed in any part of the structure until the approval of Engineer-in-Charge
has been obtained. If concreting is not started within 24 hours of the approval being given, it
shall have to be obtained again from the Engineer-in-Charge. Concreting shall be done

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-224
continuously over the area between construction joints. Fresh concrete shall not be placed
against concrete which has been in position for more than 30 minutes unless a proper
construction joint is formed. When concreting has to be resumed on a surface which has
hardened, it shall be roughened, swept, clean, thoroughly wetted and covered with a 13 mm
thick layer of mortar composed of cement and sand in the same ratio as in the concrete mix
itself. The 13 mm layer of mortar shall be freshly mixed and placed immediately before placing
of new concrete.

7.6. Where concrete is not fully hardened, all latency shall be removed by scrubbing the wet surface
with wire or bristle brushes. Care shall be taken to avoid dislodgement of particles of coarse
aggregate. The surface shall then be thoroughly wetted, all free water removed and then coated
with neat cement grout. Particular attention shall be given to corners and close spots.

7.7. In case of rejection of concrete on account of unacceptable compressive strength, governed by


para “Standard of Acceptance” as above, the work for which samples have failed shall be
redone at the cost of contractor. However, the Engineer-in-Charge may order for additional
tests (like cutting cores, ultrasonic pulse velocity test, load test on structure on part of structure,
etc) to be carried out at the cost of contractor to ascertain if the portion of structure wherein
concrete represented by the sample has been used, can be retained on the basis of results of
individual or combination of these tests. The Contractor shall take remedial measures necessary
to retain the structure as approved by the Engineer-in-Charge without any extra cost.

7.8. Ultrasonic Pulse Velocity Method of Test for RCC members is mandatorily required to be
conducted for CPWD works as a routine test. The acceptance criteria applicable is as per IS
13311 (Part I) 1992. It may be ensured that this test is carried out in 5% of all RCC structural
members, to ensure quality of concrete. “Good” and “Excellent” grading are acceptable and
below these grading the concrete will not be acceptable. Wherever concrete is found with less
than required quality as per acceptance criteria, repairs to concrete shall be made.
Honeycombed areas and loose pockets shall be repaired by grouting using Portland cement
Mortar/ Polymer Modified Cement Mortar/ Epoxy Mortar after chipping loose concrete in
appropriate manner. In areas where concrete is found below acceptance criteria and defects are
not apparently visible on surface, injecting approved grout in appropriate proportion using
epoxy grout/acrylic polymer modified cement slurry made with shrinkage compensating
cement/ plain cement slurry etc. shall be resorted to for repairs. Repair to concrete shall be done
till satisfactory results are obtained as per the acceptance criteria by retesting of the repaired
areas. If satisfactory results are not obtained, dismantling and relaying of concrete shall be
done. Nothing extra shall be payable over and above the agreement item for executing such
rectification works.

7.9. The chasing, cutting and making holes in the masonry and / or cement concrete and / or RCC
works shall be done carefully without causing any damage to the structure. Only mechanical
cutters & core cutting machines shall be used in a workman like manner, for concealing the
pipelines and fittings. The chases / holes, so made, shall be made good with the cement mortar
of mix 1: 3 (1cement: 3 fine sand) after testing of the pipe lines for leakage. The cost of cutting
cores in RCC, cutting holes in masonry & making good the same shall be deemed to be

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-225
inclusive in the quoted rate of respective item of drainage/water supply lines. Nothing extra,
whatsoever, shall be paid on this account.

7.10. Any cement slurry added over base surface for bond or for continuation of concreting, for
protecting reinforcement bars, its cost shall be deemed to have been included in the respective
items, unless specified otherwise and nothing extra shall be payable nor extra cement shall be
considered in the cement consumption on this account.

8. SHUTTERING / Form Work:

8.1. The work shall be done in accordance with CPWD Specifications - 2019 - Vol. I & Vol. II with
upto date correction slips.

8.2. Steel shuttering as approved by the Engineer-in-Charge shall be used by the contractor.
Minimum size of shuttering plates shall be 600mm x 900mm except for the case when closing
pieces required to complete the shuttering panels. Dented, broken, cracked, twisted or rusted
shuttering plates shall not be allowed to be used on the work.

8.3. Aluminium Formwork for Monolithic Construction as approved by the Engineer-in-Charge


shall be used by the contractor. Sizes of shuttering plates shall be as per manufacturer’s
specification, approved drawings and instruction of Engineer-in-Charge. Dented, broken,
cracked, twisted or rusted shuttering plates shall not be allowed to be used on the work.

8.4. The shuttering plates shall be cleaned properly with electrically driven sanders to remove any
cement slurry or cement mortar or rust. Proper shuttering oil or deboning compound shall be
applied on the surface of the shutter plates in the requisite quantity before assembly of steel
reinforcement.

8.5. The joint filler shall be resilient closed cell expanded polyethene and non- tainting as
manufactured by Supreme Industries Ltd.

8.6. Providing joint filler of required thickness in position to substrate using either double sided
foam adhesive tape or neoprene synthetic rubber adhesive. When forming expansion joint with
the Board in in-situ concrete, joint sealing slots can be readily formed in the following matter-

a. Before installing, simply cut off a strip of the required depth. Then install the filler flush with
the finished surface.

b. Prior to sealing, the top strip can then be pulled easily from the joint to provide an
uncontaminated sealing slot ready for preparation and sealing.

9. REINFORCEMENT:

9.1. The reinforcement shall be done as per CPWD Specifications - 2019 - Vol. I & Vol. II with
upto date correction slips

9.2. The item of reinforcement of RCC work includes all operations including straightening,
cutting, bending, welding, binding with annealed steel wire or welding and placing in position

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-226
at all the floors with all leads and lift complete as per CPWD Specification - 2019 - Vol. I &
Vol. II with upto date correction slips.

9.3. To avoid displacement of bars in any direction and to ensure proper cover, only factory made
round type/rectangular cover blocks shall be used by the contractor. Nothing extra shall be
payable on this account.

10. PRE-CAST RCC WORK

10.1. Pre-cast reinforced concrete units shall be of grade or mix as specified. Provision shall be made
in the mould to accommodate fixing devices such as hooks, flats etc. And forming of notches
and holes. Each unit shall be cast in one operation. A sample of the unit shall be got approved
from Engineer-in-Charge before taking up the work.

10.2. Pre-cast units shall be clearly marked to indicate the top of member and its locations.

10.3. Pre-cast units shall be stored, transported and placed in position in such a manner that these are
not damaged.

11. BRICK WORK:

Unless otherwise specified Flyash bricks shall be used in all items of brick work. The classification of
bricks/blocks brought by the contractor shall strictly conform to CPWD Specifications–2019 Vol-1 &
II with upto date correction slips or as specified. The work shall also include for leaving chases / notches
for dowels / cramps for all kinds of cladding to come over brick work.

12. STONE / MARBLE WORK/GRANITE WORK (OTHER THAN MASONARY):


12.1. General:

a. The execution of stones work shall be in general as per CPWD Specifications- 2019 - Vol. I &
Vol. II with upto date correction slips.

b. The contractor shall compulsorily use of wet jet in grinding and stone cutting. Nothing extra
shall be paid on this account

c. Nothing extra shall be payable for using combination of marble, granite and kota in the required
pattern at various locations unless otherwise specified

d. The pattern, spacing and locations of joints shall be as per drawings and direction of the
Engineer-in-Charge and nothing extra shall be paid on account of the same.

e. Whenever tiles and stones flooring is to be done in patterns, the contractor shall get samples of
each pattern laid and approved by the Engineer-in-charge before final laying of such flooring.
Nothing extra shall be payable on this account

f. Different stones / tiles used in pattern flooring is included in the quoted rates of the item and
nothing extra shall be paid for laying pattern flooring. No additional wastage, if any, shall be
accounted for any extra payment

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-227
g. The gaps between the floor and wall tiles/stones shall be filled with silicon sealant and nothing
extra shall be paid for filling gaps with silicon sealant.

h. Proper gradient shall be provided in flooring for toilets, verandah, kitchen, courtyard etc. so
that the wash water flows towards the direction of floor trap. Any reverse slope if found, shall
be made good by the contractor by ripping open the floor/grading concrete and nothing shall
be paid for such rectifications.

i. No extra cement mortar shall be paid on account of level matching with combination of
different types of flooring materials like Kota stone, granite, tiles of different type due to
thickness differences in such types flooring material. Contractor shall plan this type of
variation during casting of slabs itself and shuttering shall be fixed accordingly at
staircases, rooms, balconies and in toilets etc. Contractor shall make such changes as may
be required to achieve, as aforesaid, in the levels of different floor levels, provided in
different architectural and structural drawings issued by the department.

j. The stone slabs used for providing and fixing in the sills, soffits and jambs of doors, windows,
ventilators and similar locations shall be in single piece unless otherwise directed by the
Engineer-in-Charge. Wherever stone slab other than in single piece is allowed to be fixed, the
joints shall be provided as per the architectural drawings and as per the directions of the
Engineer-in-Charge. In the cabin areas, the joints in sills shall preferably be provided in line
with the partition wall. Depending on the number of joints, as far as possible, the stone slabs
shall be procured and fixed in slabs of equal lengths as per the architectural drawings and as
directed by Engineer in-Charge. Half/full moulding shall be provided in stone of sill, sofitt,
jambs of door window ventilator, nosing of tread of staircase stone etc.

k. All the flooring works specified under this sub -head shall be adequately protected by a layer
of plaster of paris which shall be laid over a 400 micron PVC film. The protective layer shall
be maintained throughout the execution of works and removed just before handing over of the
site for which nothing extra shall be payable

l. Granite stone sill shall be provided at the door sill wherever the joints of tiles of on either side
of door opening does not match. The granite stone of approved colour and shade shall also be
provided matching with floor of upper level of floor wherever there is level difference in floor
level like balconies, toilets, kitchen and corridors.

m. All holes, rebates, recesses etc. for providing fixing and inserts shall be predrilled and pre-cut
and worked using precision machine tools. Nothing extra on this account shall be payable.

12.2. SAMPLES FOR STONE WORK:

a. Samples of each item of stone work either individually or in combination shall be prepared for
approval of Engineer-in-Charge before commencement of work.

b. Sequence of execution for cladding work shall be suggested by the contractor for approval of
Engineer-in-Charge.

12.3. SCAFFOLDING:

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-228
Double steel scaffolding having two sets of vertical supports shall be provided. The supports
shall be sound and strong, tied together with horizontal pieces over which scaffolding planks
shall be fixed.

13. WOODWORK:

13.1. The wood work in general shall be carried out as per CPWD Specifications - 2019 Vol. I & II
with upto date correction slips.

13.2. The samples of species of timber to be used shall be got approved and deposited by the
contractor with the EE before commencement of the work. The contractor shall produce cash
vouchers and certificates from kiln seasoning or/and chemical treatment plants about the timber
section to be used on the work having been kiln seasoned or/and chemically treated by them

13.3. Factory made shutter as specified shall be obtained from factories approved by the Engineer in
charge. The contractor shall inform well in advance to the Engineer-in-charge the names and
address of the factory from where the contractor intends to get the shutters manufactured. The
contractor will place order for manufacture of shutters only after written approval of the
Engineer-in-charge in this regard is given. The contractor is bound to abide by the decision of
the Engineer-in-charge and recommend a name of another factory from the approved list in
case the factory already proposed by the contractor is not found competent to manufacture
quality shutters. Shutters will however be accepted only if this meet the specified tests. The
contractor will also arrange stage wise inspection of the shutters at factory to the Engineer-in-
charge or his authorized representative. Contractor will have no claim if the shutters brought at
site are rejected by Engineer-in-charge in part or in full lot due to bad workmanship / quality
even after inspection of factory. Such shutters will not be measured and paid and the contractor
shall remove the same from the site of work within 7 days after the written instruction in this
regard are issued by Engineer in Charge or his authorized representative. Laminates and
wooden edge beading on flush doors shall be machine pressed in factory only. The design and
pattern of laminates shall be as per the approval of engineer in charge

13.4. All fittings and fixtures shall be got approved from the Engineer-in Charge before procurement
well in advance and the approved samples shall be kept at site till completion of the work.

13.5. Glazing for toilets shall be of translucent type.

13.6. The shape and size of beading shall be as per drawings. The joints of beading shall be mitred.

14. STEEL WORK:

14.1. Work shall be carried out as per CPWD Specifications-2019-Vol.I & Vol. II with upto date
correction slips.

14.2. The rate of T- angle iron frame shall include the following.

a. M.S. sill/tie of 10mm dia bar welded to T-iron frames to keep the frames vertical in correct
position. The sill / tie shall be embedded in floor concrete. No tie is necessary for window
frames.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-229
b. Each T – iron frame for doors shall have 4 Nos. M.S. lugs 15x3mm, 10 cm long welded to each
vertical member of the frame.

c. M.S. flat 6 x 25mm, 100mm long having threaded holes (No. of flats shall correspond to the
no. of butt hinges to be fixed to door / window shutters) shall be welded at appropriate places
at the back of the T-iron frames for fixing the required butt hinges to the frame with machine
screws.

14.3. All welded structural steel work shall be tested for quality of weld as laid down in IS:822-1970
before actual erection if required

15. FLOORING

15.1. All work in general shall be carried out as per CPWD Specifications-2019-Vol.I & Vol. II with
upto date correction slips.

15.2. Whenever flooring is to be done in patterns tiles/ stone, the contractor shall get samples of each
pattern laid and approved by the Engineer-in-Charge before final laying of such flooring for
which nothing extra shall be paid.

15.3. Different stones/ tiles used in pattern flooring as per the approved architectural drawings and
nothing extra for laying pattern flooring shall be paid. No additional wastage if any shall be
accounted for any extra payment.

15.4. The proper gradient shall be given to flooring for toilets, courtyard, etc. as per the directions of
Engineer-in-Charge. For this there may be extra thickness of dry mortar below the tiles/stone
slabs. These gradients should be insured in the shuttering itself. Nothing extra shall be paid for
this as this is included in awarded cost/tendered cost.

15.5. The rate of items of flooring is inclusive of providing sunken flooring in bathrooms, kitchen
etc. and nothing extra on this account is admissible. The samples of flooring, dado & skirting
as per approved pattern shall be prepared & got approved from the Engineer-in-charge before
execution of work.

16. Ceramic Tiles/ Vitrified Tiles Work/ Granite stone flooring

16.1. Work shall be carried out as per CPWD Specifications- 2019 Vol I & II with up-to-date
correction slips and as per manufactures specifications.

16.2. Rates shall be inclusive of all operations including labour, material, T&P, scaffolding etc.
complete. Nothing extra shall be payable on any account.

16.3. One piece Granite stone for treads / risers in staircase shall be used and nothing extra shall be
paid on this account.

17. Stainless Steel Railing/Handrails:

17.1. General: The contractor shall apply all materials, labour, tools, ladders, scaffolding and other
equipments necessary for the completion and protection of all stainless-steel work.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-230
17.2. Material: All stainless steel pipes and plates shall conform to AISI 316 Grade in open areas
and corridors and 304 grade in all internal area and the relevant clauses associated with this
grade of steel to be followed.

17.3. Surface Finish: Surface finish of all the stainless steel materials will be in 240 grit satin finish
/ matt finish.

17.4. Accessories: The Stainless Steel railing to be fixed to staircase and all other location shall be
modular/ knockdown type and of design and make as approval by the Engineer-in-charge and
as per list of preferred makes. Fixing will be done by stainless steel expansion bolts of approved
size and make as per direction of Engineer-in-charge and welding to be done by using organ
welding rods and the surface being duly finished and cleaned by K2 passivation, which is nitric
acid plus floric acid solution treatment by which the chances of corrosion will be eliminated
and any burn out makes on the metal will also be eliminated.

17.5. Coating Mass: All stainless steel material will have to be coated by a solution of Inox to avoid
finger in prints and avoidance of settlement of environment / atmospheric dust.

18. FINISHING

18.1. The work shall be carried out as per CPWD Specifications- 2019 Vol.-I & Vol. II with upto
date correction slips.

18.2. All painting material shall brought to the site of work in the original sealed containers. The
material brought to the site of work shall be sufficient for at least 30 days of work. The material
shall be kept under the joint custody of contractor and representative of the Engineer-in-Charge.
The empty contains shall not be removed from the site till the completion of the work without
permission of the Engineer-in-Charge.

19. SANITARY INSTALLATIONS/ WATER SUPPLY/ DRAINAGE

19.1. The scope of work comprises supply, laying, installation, commissioning and testing of water
supply, sewerage and drainage works including sanitary fixtures and fittings. The work in
general shall be carried out as per CPWD Specifications- 2019 Volume-I to II with upto date
correction slips. Rate include all materials, labour and all the operations mentioned in the
respective item unless and otherwise specifically mentioned.

19.2. The work of water supply and sanitary installations shall be got executed by the agency as
approved by Engineer-in-Charge.

19.3. WATER SUPPLY, SANITARY INSTALLATIONS AND DRAINAGE

a. The entire plumbing drawing and sanitary installation drawing/ details shall be submitted by
the contractor and got approved by the Engineer-in-Charge before the execution.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-231
b. The contractor shall be responsible for the protection of the sanitary and water supply fittings
and other fittings and fixtures against pilferage and breakage during the period of installation
and thereafter until the building is handed over.

c. The contractor shall furnish all labour, materials and equipment, transportation and incidental
necessary for supply, installation, testing and commissioning of the complete Plumbing /
Sanitary system as described in the Specifications and as shown on the drawings. This also
includes any material, equipment, appliances and incidental work not specifically mentioned
herein or noted on the Drawings/Documents as being furnished or installed, but which are
necessary and customary to be performed under this contract. The Plumbing / Sanitary System
shall comprise of following:

i. Sanitary Fixtures and Fittings.

ii. Internal and External Water Supply.

iii. Internal and External Drainage.

iv. Approval from Local Authorities.

v. Balancing, testing & commissioning.

d. Test reports and completion drawings. The contractor shall procure and install all pipes,
Sockets /Nipples including shut-off valve etc for mounting sensors/transmitters for the
interface to Building Automation System. Contractor shall use GI pipes and fittings of
minimum medium grade. Similarly the sanitary pipes will also be of minimum 100 mm dia of
medium grade. The pipes should be designed accordingly to the pressure.

e. The contractor shall ensure that senior and experienced plumbers are assigned exclusively for
this work. Such plumber(s) should have valid license from the local authorities. The project
management shall be done through modern technique. For quality control & monitoring of
workmanship, contractor shall assign at least one engineer who would be exclusively
responsible for ensuring strict quality control, adherence to specifications and ensuring top
class workmanship for the installation.

f. The work shall be in conformity with the Bye-laws, Regulations and Standards of the local
authorities concerned. But if these Specifications and Drawings call for a higher standard of
materials and / or workmanship than those required by any of the above regulations and
standards, then these Specifications and Drawings shall take precedence over the said
regulations and standards. However, if the Drawings and specifications require something
which violates the Bye-laws and Regulations, then the Bye-laws and Regulations shall govern
the requirement of this installation.

g. The contractor shall obtain all permits/ licenses and pay for any and all fees required for the
inspection, approval and commissioning of their installation without additional cost to the
department.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-232
h. The Plumbing / Sanitary Drawings given by the Engineer In-Charge or issued with tenders are
diagrammatic only and indicate arrangement of various systems and the extent of work covered
in the contract. These Drawings indicate the points of supply and of termination of services and
broadly suggest the routes to be followed. Under no circumstances shall dimensions be scaled
from these Drawings. The contractor shall follow these drawings in preparation of his shop
drawings, and for subsequent installation work.

i. The contractor shall examine all architectural, structural, plumbing, and electrical and other
services drawings and check the as-built works before starting the work, report to the Engineer
In-Charge any discrepancies and obtain clarification. Any changes found essential to
coordinate installation of his work with other services and trades, shall be made with prior
approval of the Engineer In-Charge without additional cost to the department.

j. All the shop drawings shall be prepared on computer through Autocad System based on
Architectural Drawings and site measurements. Within two months of the award of the
contract, contractor shall furnish, for the approval of Engineer In-Charge, the two sets of
detailed shop drawings of complete work and materials including layouts for Plant room, Pump
room, Typical toilets drawings showing exact location of supports, flanges, bends, tee
connections, reducers, detailed piping drawings showing exact location and type of supports,
valves, fittings etc; external insulation details for pipe insulation etc.

k. These shop drawings shall contain all information required to complete the work. These
Drawings shall contain details of construction, size, arrangement, operating clearances,
performance characteristics and capacity of all items of equipment, also the details of all related
items of work by other contractors. Each shop drawing shall contain tabulation of all
measurable items of equipment/materials/works and progressive cumulative totals from other
related drawings to arrive at a variation-in-quantity statement at the completion of all shop
drawings. Minimum 4 sets of drawings shall be submitted after final approval along with CD.
When he makes any amendments in the above drawings, the contractor shall supply two fresh
sets of drawings with the amendments duly incorporated along with check prints, for approval.
The contractor shall submit further four sets of shop drawings to the Engineer In-Charge for
the exclusive use by the Engineer In-Charge and all other agencies. No material or equipment
may be delivered or installed at the job site until the contractor has in his possession, the
approved shop drawing for the particular material/equipment / installation.

l. Shop drawings shall be submitted for approval four weeks in advance of planned delivery and
installation of any material to allow the Engineer In-Charge ample time for scrutiny. No claims
for extension of time shall be entertained because of any delay in the work due to his failure to
produce shop drawings at the right time, in accordance with the approved programme.

m. Samples of all materials like valves, pipes and fittings etc. shall be submitted to the Engineer
In-Charge prior to procurement for approval and retention by Engineer In-Charge and shall be
kept in their site office for reference and verification till the completion of the Project.
Wherever directed a mockup or sample installation shall be carried out for approval before
proceeding for further installation without any extra cost.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-233
n. Approval of shop drawings shall not be considered as a guarantee of measurements or of
building dimensions. Where drawings are approved, said approval does not mean that the
drawings supersede the contract requirements, nor does it in any way relieve the contractor of
the responsibility or requirement to furnish material and perform work as required by the
contract.

o. All materials and equipment shall conform to the relevant Indian Standards and shall be of the
approved make and design. Makes shall be in conformity with list of approved manufacturers
as per approved list and samples.

p. Balancing of all water systems and all tests as called for the CPWD Specifications shall be
carried out by the contractor through a specialist group, in accordance with the Specifications
and Standards. The installation shall be tested and shall be commissioned only after approval
by the Engineer In-Charge. All tests shall be carried out in the presence of the representatives
of the Engineer In-Charge and without additional cost to the department.

q. The contractor shall submit completion plans for water supply, internal sanitary installations
and building drainage work within 15 days of the date of completion. These drawings shall be
submitted in the form of two sets of CD’s and four portfolios (300 x 450 mm) each containing
complete set of drawings on approved scale indicating the work as installed. These drawings
shall clearly indicate complete plant room layouts, piping layouts and sequencing of automatic
controls, location of all concealed piping, valves, controls and other services. In case the
contractor fails to submit the completion plans as aforesaid, security deposit shall not be
released and these shall be got prepared at his risk and cost.

r. The CCI/CI/PVC pipe and GI pipe etc. wherever necessary shall be fixed to RCC columns,
beams etc. with rawl plugs and nothing extra shall be paid for this.

s. “The pig lead to be used in joints of 150mm, 100mm, 75mm, 50mm dia of sand cast iron,
centrifugally cast (Spun ) iron pipes shall be as per relevant CPWD Specifications”. However,
in case of 150 mm dia pipes less use of pig lead by more than the required quantity and the
permissible variation thereof, a recovery for such quantity shall be made from the contractor at
market rate to be determined by Engineer in Charge whose decision in the matter will be final.

t. The contractor shall bear all incidental charges for cartage, storage and safe custody of
materials and shall construct suitable godowns, yards at the site of work for storing materials
so as to be safe against damage by sun, rain, fire or theft etc., at his own cost and also employ
necessary watch and ward establishment for the purpose at his own cost.

u. All fixtures and fittings shall be provided with all such accessories as are required to complete
the item in working condition whether specifically mentioned or not in the Schedule of
Quantities, specifications, elsewhere in this tender document & drawings. The quoted rates
shall be deemed to be all inclusive for a complete item fit for use including all materials, labour
T&P, specials, equipment, testing & commissioning etc. Accessories shall include proper
fixing arrangement, brackets, nuts, bolts, screws and required connection pieces. Nothing extra
whatsoever shall be payable on this account.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-234
v. Fixing screws shall be half round head chromium plated brass screws with C.P. washers where
necessary or otherwise as provided in the item.

w. Porcelain sanitary ware shall be glazed vitreous china of first quality free from warps; cracks
and glazing defects and shall conform to relevant BIS codes. Colour of sanitary ware, shall be
specified or as selected by the Engineer-in-Charge. Nothing extra shall be payable on this
account.

x. Horizontal pipes running along ceiling shall be fixed on structural adjustable clamps of
approved design. Horizontal pipes shall be laid to uniform slope and the clamps adjusted to the
proper levels so that the pipes fully rest on them and are properly secured.

y. Contractor shall provide all nuts, bolts, welding material and paint the Clamps with one coat
of red oxide and two or more coats of black enamel paint.

z. Slotted angle/channel supports on walls shall be provided wherever shown on drawings.


Angles/channels shall be of sizes shown on drawings or specified in schedule of quantities.
Angles/channels shall be fixed to brick walls with bolts embedded in cement concrete blocks
and to RCC walls with suitable anchor fasteners. The spacing of support bolts horizontally shall
not exceed 1 m.

aa. Wherever M.S. clamps are required to be anchored directly to brick walls, concrete slabs,
beams or columns, nothing extra shall be payable for clamping arrangement and making good
with cement concrete 1:2:4 mix (1 cement: 2 coarse sand: 4 stone aggregate 20 mm nominal
size) or as directed by the Engineer-in-Charge.

bb. The ground colour shall be applied throughout the entire length of pipe. Colour bands shall be
superimposed on the ground colour and shall be applied near valves, junctions, joints, service
appliances, bulkheads, valves, etc. for clear identification of fluid being carried and to avoid
confusion. The relative proportional widths of the first colour band to the subsequent bands
shall be 4:1.The minimum width of the narrowest colour band shall be 25 mm.

20. GENERAL

20.1. Rates for all items quoted shall be inclusive of all work and items given in the above mentioned
specifications and Schedule of Quantities and applicable for the work under floors, in shafts or
at ceiling level at all heights and depths. All rates are inclusive of cutting holes and chases in
RCC and masonry work and making good the same.

20.2. All rates are inclusive of pre testing and on site testing of the installations, materials and
commissioning.

20.3. Cleaning and Disinfection of Pipelines:- On completion of hydraulic tests and before a pipe is
disinfected, it shall be proved to be free from obstruction, debris and sediment by scouring or
by any other process which the Engineer-in-charge may prescribe. Upon satisfactory
completion of testing and cleaning, the pipelines shall be disinfected as order. Chlorine solution
shall be applied at the charging point as the pipeline is being filed and dosing shall be continued
until the pipeline is full and at least 50 parts of chlorine per million parts of water have been

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-235
made available and distributed evenly. If ordinary bleaching power is used, proportions will
150 gms of power to 1000 litre of water. If a proprietary brand is used, the proportion shall be
as specified by the manufacturer. The treated water shall be left in pipeline for a period as
directed but not exceeding 24 hours chlorine residual tests shall be taken at various points along
the pipeline. The disinfection process shall be repeated until the sample of water taken from
the pipeline are declared fit for human consumption by a recognized laboratory.

21. INTERLOCKING PAVER BLOCKS

21.1. The Interlocking Paver Blocks shall confirm to IS-15658.

21.2. Test shall be conducted to satisfy the quality of material for every 25,000 Paver Blocks (of
Each grade) or part thereof.

22. CRITERIA FOR DEFINING ROCKY STRATA

22.1. The contractor shall keep a note of penetration depth versus time from the beginning of the
drilling operation. Once the boring reaches the top of the weathered rock, the penetration rate
will drop, there will be an increase in the slope of depth versus time plot. If there is no change
in the rate of penetration, then the contractor will change the bottom tool of piling rig for
drilling in rock or provide appropriate machine suitable for drilling in rock. The top of the
weathered rock beyond which socketing would start shall be determined from the sample
collected from rock drilling. The pile shall be terminated after the specified socketing length is
reached. Under the condition that the pile cannot be taken to be prescribed termination level
owing to encountering hard rock then the following criteria should be adopted.

22.2. Once the hard rock is reached the slope of the penetration depth versus time plot will increase
further and tend to be near vertical.

22.3. Continue drilling until the slope is near vertical.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-236
SPECIAL CONDITIONS FOR WATERPROOFING

1. Work shall be executed as per CPWD Specifications, 2019 Vol I & II with upto date correction slips

2. The contractor shall associate himself with the specialized firm, to be approved by the Engineer-in-
charge in writing, for waterproofing treatment for basement/lower ground floor, underground tank and
on roofs.

3. Agency shall also submit the names of waterproofing specialist along with information about their
technical capabilities and list of similar works executed by the specialized agency in the past for the
approval of Engineer-in-charge as per time specified in milestone, who have executed satisfactorily a
minimum of three similar works of area not less than 40% of water proofing to be executed each or two
similar works of area not less than 60% of water proofing to be executed each or one similar works of
area not less than 80% of water proofing to be executed each to be executed in the last seven years.

4. The waterproofing system shall be from approved makes and specifications only. Product
specifications, data sheet, method statement, installation, quality check list & typical sections shall be
submitted along with sample for approval of Engineer-in-charge.

Following water proofing systems will be used for in the building as per Minimum Acceptable
Specifications.

A. Water proofing with Integral crystalline admixture:

1. Shall be provided to RCC structures like:

a. Raft of Buildings,
b. Raft foundation of Under Ground RCC Tank & Lift pit,
c. Walls of Under Ground RCC Tank & Lift pit (upto ground),
d. kitchen & balcony slab,
e. On Roof/ Open Terrace slab,
f. As per requirement at locations as per direction of Engineer-in-Charge.

2. The Crystalline admixture should be non toxic and Shall conform to NSF – 61 USA. The product
should have CE approval conforming to EN 934 –2 standard. The chlorite contain should be < 0.1%
and maximum alkali contain should be < 9.3%.
3. The admixture should conform to ASTMD 494 & IS: 9103. At the time of transporting of concrete
into the drum of the ready-mix truck, using integral crystalline admixture @0.80% (minimum) to
the weight of cement content per cubic meter of concrete) or higher as recommended by the
manufacturer's specification in reinforced cement concrete at site of work.
4. The material shall meet the requirements as specified in ACI-212_3R-2010 i.e. by reducing co-
efficient of permeability of concrete by more than 90% compared with control concrete as per DIN
1048 and resistant to high hydrostatic pressure of 16 Bar, when tested as per DIN1048. (Preference
to be given to the material showing maximum reduction in coefficient of permeability as close as
possible to zero permeability at the recommended dosage rate).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-237
5. The Crystalline Admixture shall be capable of Self-healing cracks up to a width of 0.5 mm. The
work shall be carried out complete as per specification and the direction of the Engineer-in-charge.
The Product performance shall carry a guarantee for 10 years against any leakage.
6. Total quantity of the water proofing compound required shall be arranged only after obtaining the
prior approval of the make by Engineer-in-charge in writing. Materials shall be kept under double
lock and key and proper account of the water proofing compound used in the work shall be
maintained. It shall be ensured that the consumption of the compound is as per specified
requirements.
7. The item shall be executed as per DSR-2021 item no. 22.22.

B. Swellable type water stop tape:

1. Shall be provided at:

a. all the construction joints of RCC structures such as raft slab, retaining walls,
b. at the junctions of raft slab with the retaining walls etc.
c. As per requirement at locations as per direction of Engineer-in-Charge.

2. The swellable type water stop tape shall be 20mm x 10mm thick in linear meter (expansive nature)
or of approved size.
3. After cleaning the surface, one coat of required primer for swellable water stop tape shall be applied
throughout the length of the joint @3.78 litre per 240 running meter. Over the primed surface
swellable type water stop tape shall be placed along the center of the concrete section prior to the
placement of the adjoining concrete of the raft slab. The work shall be carried out all complete as
per specification and the direction of the engineer-in-charge.
4. Physical properties of Swellable water stops shall be as below:

a. Specific gravity (ASTM D71): 1.55 + 0.05


b. Volatile matter (ASTM D-6): 1% maximum
c. Penetration, 150g cone at 25oC, 5 sec (ASTM D217): 40 + 5mm
d. Hydrocarbon content (ASTM D297): 47% Min.
e. Rate of Rapid Expansion:

i. Fresh Water Exposure: 24 Hours - 140%, 48 Hours - 175%, 72 Hours - 190%, 120 Hours
- 210%
ii. Salt Water Exposure: 24 Hours - 7%, 48 Hours - 12%, 72 Hours - 14%, 120 Hours - 18%

5. Physical Properties of Swellable Waterstop Primer shall be as below.

a. % Solid : Min 20%


b. Flash Point : 93 deg C
c. Dry Time : 25 deg C : 10 min
d. Dry Time : 4 deg C : 60 min

C. HDPE Membrane System

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-238
1. Shall be provided at:

a. Under Raft foundation of Under Ground RCC Tank & Lift pit.
b. As per requirement at locations as per direction of Engineer-in-Charge.

2. Above water proofing treatment shall be done on positive side with 1.2 mm thick fully bonded pre-
applied HDPE membrane system, pre-applied, fully bonded flexible sheets consisting of HDPE
carrier sheet coated with a pressure-sensitive adhesive and a trafficable weather and dirt resistant
non-absorbent coating.
3. Membrane should be green label certified. Fully bonded membrane shall comprise of HDPE layer
of not less than 0.8 mm, strong adhesive and protective layer. Fully bonded membrane shall have
following minimum properties:

a. Minimum elongation at break 300%;


b. Peel Strength of concrete > 880 N/m;
c. Puncture Resistance > 950N;
d. Tensile strength of Membrane Film > 21 MPa
e. Lap peel adhesion > 1400N/m (vi) shear strength of joints >14 N/mm.

4. The membrane shall have minimum of 75mm side & end laps which shall be sealed with double
sided adhesive tape.
5. All vertical surfaces will be fixed using prefixed gaskets/ shot gun.
6. The construction joint of raft and retaining wall shall be treated with DSR 2021 item no. 22.25.1 &
the treatment of tie rod holes of retaining wall shall be treated with DSR 2021 item no. 22.25.2.

D. Modified Bitumen Waterproofing Membrane:

1. Shall be provided at:

a. Walls of Under Ground RCC Tank & Lift pit (upto ground)
b. As per requirement at locations as per direction of Engineer-in-Charge.

2. Providing and applying a layer of 1.5 mm thick double sided, modified bitumen waterproofing
membrane with cross laminated PE film over bonding slurry comprising of single-component
polymer modified cementitious adhesive (for wet application on the retaining wall).
3. The membrane shall be applied after obtaining concrete wall in saturated surface dry condition and
applying the bonding slurry. The membrane shall be unrolled and pressed into the fresh slurry after
removal of the release liner.
4. Both long and short edges of the membrane are to be overlapped by min. 80 mm and firmly pressed
together using a roller with staggered overlaps.
5. The membrane shall have:

a. Tensile strength 4 N/mm according to ASTM D412 mod;


b. Elongation 200% according to ASTM D412 mod;
c. Resistance to tear 23 N according to ASTM D624;

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-239
d. Joint peel resistance 700 N/m according to ASTM D1876 at 23 °C;
e. Joint shear resistance 220 N according to ASTM E154;
f. Low temperature flexibility of -15 °C over
g. Crack tested for 100 cycles according to ASTM C836 ;
h. Resistance to lateral water migration 70 m according to ASTM D5385 mod.

6. Method of Application:

a. All surfaces must be clean and free from debris, loose or flaking material, standing water, oil,
grease and organic growth. Concrete surfaces must be free from laitance and any traces of
shuttering, release oils and curing compounds.
b. Surface shall be proper grinded in very smooth manner.
c. Entire exposed surface shall be treated with bonding slurry (single-component polymer
modified cementitious adhesive) to repair any crack, bug holes, etc. before application of
waterproofing membrane.
d. Termination: Membrane to be tucked in a grove chased at a height of minimum 300 mm above
the finished ground level. The membrane so tucked in the grove shall be packed using suitable
epoxy mortar.

7. Protection Board in Verticals:

a. Providing and installing of 8mm thick dimple board of approved make to prevent the damage
of membrane during backfilling.
b. The protection board is to be spot-bonded on the applied waterproofing.
c. The dimpled protection board should have compression resistance > 120 kPa, elongation > 20
% according to EN 12311-2 and unit weight ~400 g/sqm, can be installed on damp and wet
substrates. The backfilling shall be done within 2-3 days of fixing drainage boards. All systems
to be installed as per manufacturers recommendation etc.

E. Waterproofing System for Roof / Terrace Insulation:

1. Shall be provided at:

a. Roof / Terrace
b. As per requirement at locations as per direction of Engineer-in-Charge.

2. Terrace Slabs shall be provided with Elastomeric PU coating composite Waterproofing and
Insulation systems as follows:

a. Repairing cracks on mother roof slab by cutting & making V grooves in 25x25 mm, and filling
with a polymer modified cementitious mortar, of 1:3 proportion and filling the groove with
CM (1:3) as recommended by manufacturer specification.
b. Surface preparation shall be done as per manufacturer specifications followed by single
component PU water proofing coating.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-240
c. Making fillet with polymer modified mortar or as per manufacturer of minimum size 50mm x
50mm.
d. Applying a base coat of one component polyurethane (PU) based waterproofing coating in two
coats shall be applied at all the corners above the mother slab of roof and over the concrete
haunches provided in the periphery of the slab at the junctions of the parapet wall.
e. Spray applying an average 80 mm thick polyurethane foam.
f. Supplying and applying a base coat of one component polyurethane based waterproofing
coating in two coats over a PU foam.
g. Supplying & laying 300 gsm Geotextile (non-woven polyester) over the entire membrane
maintaining proper overlaps of 100 mm.
h. Applying average 150 mm (to maintaining the required gradient for proper drainage of water
and minimum 60mm thick concrete at khurra/ mouth of rain water pipe) thick M25 grade
concrete screed admixed with integral crystalline admixture as per recommended dosages for
including providing control joints in 3M X 4M grids size and providing the angular haunch of
50mmX50mm using M25 grade concrete at the corners of the slab-parapet wall junctions all
around the periphery.
i. Screed concrete shall be cut by mechanical means and filling the groove with a one component
(Thermatech) Polyurethane Sealant that is moisture triggered and cast immediately on saw
cutting joints on green concrete.
j. The width of sealant fill shall not exceed 10mm. Becker rod along with polysulphide/
Polyurethane sealant shall be provided to seal the saw cut joints.
k. Contractor shall submit methodology statement with all detail in illustrative sketch form and
get approved from Engineer in charge. All material from single manufacturer. Application
shall be carried out by approved applicator of manufacture and as per recommended by
manufacturer.

3. Material Specifications:

a. PU coating on mother slab & Puff insulation:

i. Crack bridging minimum 2 mm,


ii. Having elongation > 400%
iii. Tensile strength of > 3 Mpa,
iv. Applied at 1.5 kg/ sqm (as per ASTM D 412).
v. Solid content – 80% to 90 %,
vi. Avg. DFT 1.5mm

b. PU Puff insulation:
i. CFC and HCFC free
ii. minimum 80 mm thick
iii. Core density of 45-50 kg /cum,
iv. Thermal conductivity of 0.023 W/m.k at 25°C mean temperature (as per ASTM C518/91),
v. Tensile strength of > 400kPa (as per ASTM D 1623),
vi. Compressive strength with rise of >300kPa (as per ASTM D-1621),

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-241
vii. Closed cell content having apparent vol of > 90% (as per ASTM D 6226/ 2856)
viii. Fire resistance property conforming to Class B2 as per DIN 4102.

4. SRI Coating:

a. Providing and applying UV resistant, a spray /roller applied solar reflective cum waterproof
coating for terrace area with elastomeric property and having a SRI value not less than 100-
105 (as per ASTM E 1980), with crack bridging ability up to 1mm (as per ASTM C 836:
1995) and elongation at break of 200 % (as per ASTM D 412 : 2002), having tensile strength
≥ 1.0 Mpa with a coverage of 1.5 kg / sqm (2 liter per sqm) in 3 coats sandwiched with a fabric
between 1st and 2nd coat, entire coating system applied over a primer.
b. The termination of the SRI coating shall be terminated at the drip moulds of the plaster of the
parapet wall, above the haunch. After completion of SRI coating, additional lacquer coating
shall be applied to achieve a zero dust adherence on the coating so as to maintain the SRI
value. Actual applied area shall be measured for payment.
c. SRI coating with total water proofing system shall be applied by approved applicator of
approved manufacturer's only with 10 years composite guarantee against leakages of total
water proofing system to be provided by the contractor/ applicator.

5. The finished surface after water proofing treatment for roof slab shall have smooth slope with
minimum gradient of 1 in 80.
6. Before commencement of treatment on roof surface, it shall be ensured that the outlet drain pipes/
spouts have been fixed and the spout opening have been eased and rounded off properly for easy
flow of water.
7. Curing of water proofing treatment shall be done for a minimum period of two weeks by flooding
the water by making compartments etc.

F. Waterproofing treatment in wet areas with/ without sunken slab:

1. Shall be provided at:

a. toilet
b. balcony
c. AHU rooms
d. As per requirement at locations as per direction of Engineer-in-Charge.

2. Shall be done by using integral crystalline slurry of hydrophilic in nature, prepared by mixing in
the ratio of 5:2 (5 parts integral crystalline slurry: 2 parts water) for vertical surfaces and 3: 1 (3
parts integral crystalline slurry: 1 part water) for horizontal surfaces and applying the same from
negative (internal) side/ slab side with the help of synthetic fiber brush.
3. Water proofing treatment will be done at least 300 mm above from floor finish level.
4. The material shall meet the requirements as specified in ACI212-3R-2010 i.e by reducing
permeability of concrete by more than 90% compared with control concrete as per DIN 1048 and
resistant to 16 bar hydrostatic pressure on negative side.
5. The crystalline slurry shall be capable of self-healing of cracks up to a width of 0.50mm.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-242
6. The crystalline materials should have the:

a. Permeability reduction >90%


b. Compressive Strength > 25 Mpa
c. Chloride content <0.05 %.

7. The work shall be carried out all complete as per specification and the direction of the engineer-in-
charge. The product performance shall carry guarantee for 10 years against any leakage.
8. Consumption of waterproofing material for vertical surface shall be minimum two coats @ 0.70 kg
/ sqm each coat & for horizontal surface shall be minimum one coat @ 1.10 kg / sqm.
9. The item shall be executed as per DSR-2021 item no. 22.23.1 & 22.23.2.

G. Guarantee Bond

Ten years guarantee bond in prescribed proforma attached herewith shall be submitted by the contractor
which shall also be signed by both the specialized agency and the contractor to meet their liability/ liabilities
under the guarantee bond. However, the sole responsibility about efficiency of waterproofing treatment
shall rest with the main contractor.

Ten percent of the cost of waterproofing work shall be retained as security deposit and the amount so
withheld would be released after ten years from the date of completion of the entire work under the
agreement, if the performance of the work done is found satisfactory. If any defect is noticed during the
guarantee period, it shall be rectified by the contractor within seven days of receipt of intimation of defects
in the work. If the defects pointed out are not attended to within the specified period, the same will be got
done from another agency at the risk and cost of contractor.

However, the security deposit deducted may be released in full against bank guarantee of equivalent amount
in favour of Engineer-in-Charge, if so decided by the Engineer-in-Charge.

The security deposit against this item of work shall be in addition to the security deposit mentioned
elsewhere in contract form.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-243
SPECIAL CONDITIONS FOR DOORS

A. Lead Lined painted doors

1. Shall be provided for doors of:

a. X-Ray Rooms
b. CT-Scan Rooms
c. MRI Rooms
d. All other Radiology Rooms
e. As per requirement at locations & direction of Engineer-in-Charge.

2. Providing and fixing of hollow metal lead lined painted doors at all levels from ISO 9001-2015
certified manufacturer. Pressed galvanized steel Single /Double leaf of required sizes which
consists of frame, shutter, infill and finish as detailed below and conforming to IS 277 & as per
approved architectural drawings.
3. Door frame:

a. Frame shall be double rebate profile of size 143 x 57mm made out of 2 mm (14gauge) thick
galvanized steel sheet.
b. Frames shall be butted and field assembled with bolts.
c. The inside face of the frame face trim to rebate height should be protected with 1.6mm thick
lead line.
d. All provision should be mortised, drilled and tapped for receiving appropriate hardware.
Rubber door silencers should be provided on the strike jamb.
e. Frames should be provided with 3mm thick back plate bracket and AAC block anchor
fasteners for installation on a finished plastered masonry wall opening.
f. Once frame is installed it should be grouted with PU self-expanding foam.

4. Door leaf:

a. Door leaf shall be 48mm thick fully flush double skin door.
b. Door leaf shall be manufactured from 1.2 mm thick galvanized steel sheet.
c. The internal construction of the door should be rigid with lead line of 1.6 mm thickness all
across the inside of the exposed surface.
d. In addition, the door should have honeycomb core with necessary reinforcement both on top
and bottom.
e. All doors should be factory prepared for receiving appropriate hardware and provided with
necessary reinforcement for hinges, locks, and door closers as per ANSI Standard.
f. The edges should be interlocked with lock seam. For pair of doors integrated astragals has to
be provided on the meeting stile for both active and inactive leaf.
g. Pull handle 22x350mm.
h. Ethmer dropdown seal.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-244
5. All door leafs and frames shall be finished with minimum 60 micron Pure Polyester Powder coating
and should pass minimum 500 hours of salt spray test.
6. All doors should have BARC Certification.

B. Insulated Fire Check Doors (120 minutes fire rating with 30 minutes insulation):

1. Shall be provided at following locations:

a. Corridors,
b. Staircases
c. Lobby
d. Exit locations
e. As per requirement at locations & direction of Engineer-in-Charge.

2. Single Leaf door set - Insulated Fire rated door set (120 minutes fire rating with 30 minutes
insulation):

a. Providing and fixing of ISI marked fire doors as per IS 3614:2021, 120 minutes fire rating
with 30 minutes insulation single leaf door set tested to IS/ ISO 3008-1.
b. Door set shall include grooved step frame profile of 125x75 mm made of 1.2mm GI (120GSM)
and 60mm thick shutter made of 1.2mm GI (120GSM) with infill of 120 kg/ cum density rock
wool with 9 mm under cut fixed with automatic door bottom seal.
c. Grooved frame shall include EPDM smoke seal.
d. Include hardwares minimum:

i. 04 nos Stainless Steel ball bearing hinges of SS304 of size 100x75x3 mm,
ii. 01 no. of Single point Panic bar device and external trim with key cylinder tested as per
EN1125 and CE marked.
iii. 01 no. of Door closer with spring size of EN 3-5, as per EN1154 & CE marked

e. With vision panel of size 200 x 300 mm with 6 mm thick clear fire rated glass (120 minutes
fire rating)
f. Finished in desired colour of powder coating not less than 60 microns including suitable AAC
block anchors & self-expanding fire rated puff grouting all inclusive for fixing of the door set
as per approved architectural drawings and as per direction of Engineer-in-Charge.

3. Double Leaf door set - Insulated Fire rated door set (120 minutes fire rating with 30 minutes
insulation):

a. Providing and fixing of ISI marked fire doors as per IS 3614:2021, 120 minutes fire rating
with 30 minutes insulation double leaf door set tested to IS/ ISO 3008-1.
b. Door set shall include grooved step frame profile of 125x75 mm made of 1.2mm GI (120GSM)
and 60mm thick shutter made of 1.2mm GI (120GSM) with infill of 120 kg/ cum density rock
wool with 9 mm under cut fixed with automatic door bottom seal.
c. Grooved frame shall include EPDM smoke seal.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-245
d. Includes hardware minimum

i. 04x2 nos. Stainless Steel ball bearing hinges of SS304 of size 100x75x3 mm,
ii. 01 no. of Single point Panic bar device and external trim with key cylinder on active leaf
and
iii. 01 no. two point Panic device on the inactive leaf tested as per EN1125 and CE marked.
iv. 01x2 nos. of Door closer with spring size of EN 3-5, as per EN1154 & CE marked
v. 01 no. door coordinator for sequencing.

e. 02 nos vision panel 200 x 300 with 6 mm clear fire rated glass (120 minutes fire rating).
f. Finished in desired colour of powder coating not less than 60 microns including suitable AAC
block anchors & self-expanding fire rated puff grouting all inclusive for fixing of the door set
as per approved architectural drawings and as per direction of Engineer-in-Charge.

C. Uninsulated Fire Check Doors (120 minutes fire rating):

1. Shall be provided at following locations:

a. Mumty doors
b. AHU Room doors
c. Electrical Room doors
d. Utility area doors
e. Service area doors
f. Sanitary shaft door
g. As per requirement at locations & direction of Engineer-in-Charge.

2. Single Leaf door set - Uninsulated Fire rated door set (120 minutes fire rating):

a. Providing and fixing of ISI marked fire doors as per IS 3614:2021, 120 minutes fire rating
single leaf door set tested to IS/ISO 3008-1.
b. Door set shall include grooved frame profile of 125x55mm made of 1.2mm GI (120GSM) and
46mm thick shutter made of 1.2 mm GI (120GSM) with infill of honeycomb core. Grooved
frame shall include EPDM smoke seal.
c. Include hardwares minimum:

i. 04 nos SS ball bearing hinges of size 100x75x3mm,


ii. 01 no. Fire rated mortise dead lock with 55mm Backset & 20mm square forend including
escutheion in stainless steel satin finish as per EN 12209 with 01 no. euro profile cylinder
both side key operation,
iii. 01 pair Pull handle D type, 22dia, centre to centre 300mm distance back-to-back with
spindle SS 304 in stainless steel satin finish.
iv. 01 nos. of Door closer with spring size of EN 2-4 as per EN1154 and CE marked

d. With vision panel of size 150 x 750 mm with 6 mm thick clear fire rated glass (120 minute
fire rating)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-246
e. Finished in desired colour of powder coating not less than 60 microns including suitable AAC
block anchors & self-expanding fire rated puff grouting all inclusive for fixing of the door set
as per approved architectural drawings and as per direction of Engineer-in-Charge.

3. Double Leaf door set - Uninsulated Fire rated door set (120 minutes fire rating):

a. Providing and fixing of ISI marked fire doors as per IS 3614:2021, 120 minutes fire rating
double leaf door set tested to IS/ISO 3008-1.
b. Door set shall include grooved frame profile of 125x55mm made of 1.2mm GI (120GSM) and
46mm thick shutter made of 1.2 mm GI (120GSM) with infill of honeycomb core.
c. Grooved frame shall include EPDM smoke seal.
d. Include hardwares minimum:

i. 04x2 nos. Stainless Steel ball bearing hinges of size 100x75x3mm,


ii. 01 no. Fire rated mortise dead lock with 55 mm Backset & 20 mm square forend including
escutcheon in stainless steel satin finish as per EN 12209 01 no. euro profile cylinder both
side key operation on active leaf,
iii. 02 pairs pull handle D type, 22dia, centre to centre 300mm distance back-to-back with
spindle SS 304 in stainless steel satin finish.
iv. 01x2 nos. of Door closer with spring size of EN 2-4 as per EN1154 and CE marked with
v. 02 nos. flush bolt on the inactive leaf,
vi. 01 no. dust proof socket.

e. 02 Nos. vision panel 150 x 750 with 6mm clear fire rated glass (120 minute fire rating)
f. Finished in desired colour of powder coating not less than 60 microns including suitable AAC
block anchors & self-expanding fire rated puff grouting all inclusive for fixing of the door set

D. Guarantee Bond (Lead Lined Doors & Fire Check Doors):

a. The work of Lead Lined Doors & Fire Check Doors shall be guaranteed for a period of 05
(Five) years from the date of N.O.C. issued by the concerned CFO.
b. The security deposit @ 5% against the items of all fire check doors shall be in addition to the
security deposit mentioned in schedule-F.
c. The contractor shall execute the necessary guarantee bond against any structural defect, faulty
materials, workmanship and defective finish of Lead Lined Doors & fire check doors.
d. In addition, 5% (five percent) of the cost of this item of work shall be retained as a security
deposit and the amount so withheld would be released after 05 (Five) years from the date of
completion of the entire work under the agreement, if the performance of the work done is
found satisfactory.
e. If any defect is noticed during the guarantee period, it shall be rectified by the contractor along
with any incidental repairs to the structure, flooring, finishing, fixtures and any other related
damaged work within 15 (fifteen) days of receipt of intimation of such defects in the work. If
the defects pointed out are not attended to within the specified period, the same shall be got

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-247
done from another agency at the risk and cost of the contractor and the cost of attending to
such repairs shall be deducted from any dues payable to the contractors.
f. However, the security deposit deducted may be released in full against bank guarantee of
equivalent amount in favour of Engineer-in-Charge in the prescribed proforma as per approved
architectural drawings and as per direction of Engineer-in-Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-248
SPECIAL CONDITIONS FOR WINDOWS & VENTILATORS

Factory Made Aluminium Windows & Ventilators with frames:

1. Providing and fixing prefabricated factory-made Aluminium casement cum fixed window &
ventilator system (Both glazed and wire gauge shutters with security grill) with minimum 22-
micron anodizing with texguard coating (min 15 years coating warranty) in approved color and
shade. The extruded aluminium section should be made from aluminium of grade-6063 T5. Corner
connection will butt joint with screw using Nano gaskets for sealing. All material should be
corrosion resistant.
2. Glazed Shutter with DGU (high-performance low E glass as per specifications). Glazed casement
shutters to be fixed using minimum 2 nos euro hinges of minimum 80 kg capacity with a SS 304
restrictor stay along with multi point locking arrangement with handles.
3. Security grill as per design.
4. Wire gauge shutter with nylon only. Wire gauge to be provided with minimum 2 nos euro hinges
and SS 304 grade friction stays.
5. All inclusive of fabrication screws, plastic parts/covers EPDM gaskets, Restrictor stay/ Friction
stays, multi-point locking arrangement with handles, locks & strike plates and other necessary
hardware (manufacturers own hardware).
6. The outer frame depth should not be less than 88mm to accommodate safety grill (on aperture) &
the shutter depth should not be less than 30mm.
7. Weather silicon sealant 789 to be used to make glazing weatherproof and watertight.
8. System should qualify Air tightness, Max. Test pressure ASTM E 283: 10.7m3/h m2 water
tightness ASTM E 300 : 240 Pa, Wind load resistance ASTM E330: 1600 Pa. System should have
10 year warranty on properties, functionality and design, with restrictions defined by technical
specification, anodizing & 10 year warranty on wearing parts only applies to normal and
realistically foreseeable use.
9. Glazing bead section shall be selected as per required glass thickness, shall be snap-on fixing type
and screw less
10. Note: No mixing of profiles, hardware, gaskets or any other accessories shall be allowed except as
per system window specification.

11. Aluminium security grill (on aperture)

All windows shall be fitted with aluminium grill, with Standard solid round/ square polyester
anodizing (minimum 60-micron thickness) aluminium sections confirming to IS: 733 and IS:1285
for chemical composition and mechanical properties shall be used to meet the architectural
requirements and design to relevant works as per approved design and drawings and direction of
Engineer-in-Charge.
12. Glazing:

Providing and fixing double glazed hermetically sealed glazing in windows, ventilators and
partition etc. with 6 mm thick clear toughened glass on one side and coloured tinted high
performance toughened glass on other side, having 10/12 mm air gap, including providing EPDM

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-249
gasket, perforated Aluminium spacers, desiccants, sealant (Both primary and secondary sealant)
etc. as per specifications, drawings and as per direction of Engineer-in-charge complete and having
the minimum performance as mentioned below:

a. Coloured tinted high performance toughened glass, 6 mm thick with reflective soft coating on
face # 2 + 10/12 mm Airgap + 6 mm Clear Toughened Glass of approved make having
properties as visible Light transmittance (VLT) of 27, solar factor of -0.25 and U-value of 1.7
W/sqm K.
b. Opening of windows should be sufficient enough as per NBC/ ECBC norms for day light
during daytime.
c. Stainless steel (SS-316 grades) friction stays, PU coated aluminium handle for each leaf
wherever required.

SPECIFICATIONS FOR ALUMINIUM DOOR, WINDOW, VENTILATOR WORKS ETC.

13. Extent and intent

a. Minimum weight of aluminium for fixed & openable windows and doors with frames shall be
depends upon window design and section.
b. The work shall be carried out through an approved specialized agency, who shall furnish all
materials, labour, accessories, equipment, tool and plant and incidentals required for providing
and installing polyester powder coated aluminum doors, windows, claddings, louvers and
other items as called for on the drawings.
c. The drawings and specifications cover the major requirement only. The supplying of additional
fastenings, accessory features and other items not mentioned specifically herein, but which are
necessary to make a complete installation shall be a part of this contract.

14. General

Aluminium doors, windows etc. shall be of sizes, section details as shown in the approved drawings.
The details shown on the drawings indicate generally the sizes of the components parts and general
standards. These may be varied slightly to suit the standard adopted by the manufacturer. Before
proceeding with any manufacturing, the contractor shall prepare and submit complete
manufacturing and installation drawings for approval of the Engineer-in-Charge and no work shall
be performed until the approval of these drawings is obtained.
15. Shop Drawings

The contractor shall submit the shop drawings of windows & ventilators other aluminum work
based on architectural drawings to the Engineer-in-Charge for his approval. The drawings shall
show full size sections of doors, windows etc. thickness of metal (i.e wall thickness), details of
construction, sub frame/ rough ground profile, anchoring details, hardware as well as connection
of windows, doors and other metal work to adjacent work. Samples of all joints and methods of
fastening and joining shall be submitted to the Engineer-in-Charge for approval well in advance of
commencing the work.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-250
16. Samples

Samples of doors, windows, louvers etc. shall be fabricated, assembled and submitted to the
Engineer-in-Charge for his approval. They shall be of sizes types etc. as decided by Engineer-in-
Charge. All samples shall be provided at the cost of the contractor.
17. Sections

Minimum doors and windows shall be fabricated from extruded section of profile of detailed on
drawings. The sections shall be extruded by the manufacturers approved by the Engineer-in-
Charge. The aluminium extruded sections shall conform IS designation 63400-WP (HV9WP Old
designation) with chemical Composite ion and technical properties as per IS 733 and IS: 1285. The
permissible dimensional tolerance of the extruded sections shall be such as not to impair the proper
and smooth function/ operation and appearance of doors and windows.
Doors, windows, etc. shall be fabricated to sizes as shown, at factory and shall be of section, sizes
combinations and details as shown in the Architectural Drawings. All doors, windows etc. shall
have mechanical joints. All members shall be accurately machined and fitted to form hairline joints
prior to assembly. The joint and accessories such as cleats, brackets, etc. shall be of such materials
as not to cause any bimetallic action. The fabrication of doors, windows, etc. shall be done in
suitable sections to facilitate easy transportation, handling and installation. Adequate provision
shall be made in the door and window members for anchoring to support and fixing of hardware
and other fixtures as approved by the Engineer-in-Charge.
18. Powder Coating / Anodising with texguard

All aluminum sections shall have surface treatment & colour with advance texguard technology.
Surface treatment Process:

a. Degreasing
b. Etching
c. Desutting
d. Anodizing /anodic Oxide coating
e. Electrolytic coloring
f. Texguard /clear synthetic resin paint
g. Baking

19. Handling and stacking

a. Fabricated materials shall be stacked in an approved manner to protect the material against
any damage during transportation. The loading and unloading shall be carried out with utmost
care, on receipt of materials at site, they shall be carefully examined to detect any damaged
pieces. Arrangements shall be made for expeditious replacement of damaged piece/ parts.
Materials found to be acceptable on inspections shall be repacked in crates and stored safely.
b. In the case of Composite windows and doors, the different units are to be assembled first. The
assembled Composite units should be checked for line, level and plumb before final fixing is

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-251
done. Units may be serial numbered and identified as how to be assembled in their final
location of situation so warrants.
c. Where aluminum comes into contact with masonry brickwork, concrete, planter or dissimilar
metals, it shall be coated with approved insulation lacquer, paint or plastic tape to ensure that
electro- chemical corrosion is avoided. Insulation material shall be trimmed off to a clean flush
line on completion.
d. The contractor shall be responsible for assembling Composite, bedding and filling the groove
with backup roads polysulphide sealant inside and outside, placing the doors, windows etc. in
their respective opening. After the doors/ windows have been fixed in their correct assigned
position, the open hollow sections abutting masonry concrete shall be fitted with approved
polysulphide sealant densely packed and neatly finished.
e. The contractor shall be responsible for doors, windows, etc. being set straight plumb, level and
for their satisfactory operation after fixing is complete.

20. Installation

a. Just prior to installation the doors, windows etc. shall be uncrated and stacked on edge on level
bearers and supported evenly. The frame shall be fixed into position true to line and level using
adequate number of expansion machine bolts, anchor fasteners of approved size and
manufacturer and in an approved manner. The holes in concrete/ masonry members for
housing anchor bolts shall be drilled with an electric drill.
b. The doors, windows assembled as shown on drawings shall be placed in correct final position
in this opening and marks made on concrete members at jambs, sills and heads against the
holes provided in frames for anchoring. The frame shall then be removed from the opening
and laid aside. Neat hole with parallel sides of appropriate size shall then be drilled in the
concrete members with an electric drill at the marking to house the expansion bolts. The
expansion bolts shall then be inserted in the holes, struck with a light hammer till the nuts is
forced into the anchor shell. The frame shall then be placed in final position in the opening
and anchored to the support through cadmium plated machine screws of required size threaded
to expansion bolts. The frame shall be set in the opening by using wooden wedges at supported
and bar plumbed in position. The wedges shall invariably be placed at meeting points of
glazing bars and frames.

21. Fittings

Hinges, stays, handles, tower bolts, locks and other fittings shall be of excellent quality and
manufacturers shall be approved by the Engineer-in-Charge.
22. Manufacturer’s Attendance

The manufacturer immediately prior to the commencement of glazing shall adjust and set all
windows and doors and accept responsibility for the satisfactory working of the opening frames.
23. Mastic Cement

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-252
The gaps between frames and supports and also any gaps in the windows section shall be raked out
as directed and filled with mastic cement of approved colour and make to ensure complete water
tightness. The mastic cement shall be of such colour and Composition that it would not stain the
masonry/ concrete work, shall receive paint without bleeding, will not sag and shall not set hard or
dry out under any conditions of weather. The samples of mastic cement to be used for this purpose
shall be got approved by the Engineer-in-Charge before its actual use.
24. Sealant

a. Use modified silicone for joint subject to movement and in glazing.


b. Surfaces to receive sealant shall be properly prepared, cleaned, primed and excess sealant
removed from finished surfaces.
c. Sealed joints shall be neatly tooled and surfaces smoothed.
d. Follow the instruction of the sealant manufacturers.
e. Colour of the sealant shall be approved by the Engineer-in-Charge.

25. Glazing

Glazing shall generally be accomplished from the inside of building.


The glazing system shall be designed to this end use a continuous E.P.D.M/ PVC compression
gaskets on both sides (Present Gasket on one side of glazing pocket and roll in gasket on another
side). A continuous wet seal shall be provided to ensure a complete water tightness.
Maintain a minimum glazing bite, edge clearance and surface clearance depending on the glass as
recommended by the glass manufacturer.
26. Sealant and Gasket Application

a. Sealant and gasket shall be provided wherever shown in the drawings or required for a
permanently weather tight installation. The sealing mechanism is necessary but is not
indicated, it shall be of type recommended by the sub-contractor and approved by the
Engineer-in-Charge.
b. All adjoining surfaces shall be protected to receive sealant against staining by masking and/ or
other methods.
c. Joints and joint surfaces shall be clean, dry, and free of any material that may have an adverse
effect on the bonding and/ or seal of the sealant and gasket materials.
d. Apply sealant and gasket under the conditions recommended by the manufacturer(s). Prime
all surface to receive sealant and gasket unless recommended otherwise, use no sealant that
has started to set in its container or a sealant that has exceeded the self-life published by the
manufacturer.
e. Fill all joints continuously and completely with sealant, forming a neat, uniform, concave bead.
Finish the material flush with adjoining surfaces unless shown on the drawings. All sealant
surfaces shall be tooled smooth.
f. Tensile or shear stress in structural silicone sealant joint shall not exceed 1.4 kg./ sqm

27. Protection & Cleaning

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-253
The contractor shall adequately protect all components and accessories from damage during
shipments, storage at job site, erection and after completion of the work. At such time as may be
directed, the sub contractor shall remove all protective tapes or coating, thoroughly clean all
anodised aluminum and glass surfaces with suitable cleaning agent, make final adjustments to all
ventilators, etc. and hardware leaving all in first class working order.
28. Details of Tests

a. The various tests on aluminum sections shall be conducted in accordance with the relevant IS
codes.
b. The minimum number of tests for powder coating and corrosion resistance shall be as given
below:

S.No. Details No. of Tests


(i) Doors, Windows & Ventilators 5% of Nos. manufactured.

c. The samples of major member of each unit of doors/ windows shall be selected at random by
Engineer-in-Charge as such that all the aluminum section be got tested.
d. The cost of samples, carriage or the samples and testing charges, if any, shall be borne by the
contractor.

29. Acceptance Criteria

The aluminum sections shall conform to the provisions of the relevant working drawings. The
sectional weight of any aluminum section is higher than the permissible variation same shall be
accepted.
H. Guarantee Bond:-

All aluminum work shall carry five years guarantee after completion of the work against water leakage,
unsound material and workmanship and defective anodising as per guarantee bond at annexure-III.

Five years guarantee in prescribed proforma attached at Annexure-III must be given by the specialized firm,
which shall be counter signed by the contractor, in token of his overall responsibility in addition 10% (Ten
percent) of the cost of these items would be retained as guarantee to which the performance of the work
done. The cost guarantee against this item of work shall be in addition to the security deposit mentioned
elsewhere in the contract form. If any defect is noticed during the guarantee period, it should be rectified
by the contractor within seven days, and if not attended to the same will be got done from another agency
at the risk and cost of the contractor. However, this security deposit can be released in full, if bank guarantee
of equivalent amount for two years is produced and deposited with the department.

Work shall be carried out as per CPWD Specifications- 2019 Vol-.I & Vol.-II with upto date correction
slips.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-254
I. FACTORY MADE GI WINDOWS & VENTILATORS.

1. Double Rebate Air Tight Window System (Fixed, Casement or combination thereof) fabricated
from roll-formed sections made of Color Coated / Powder Coated Galvanized Steel sheets (cold
reduced low carbon steel sheets of CR-2 Grade as per IS:513, Galvanized as per IS:277 with Zinc
of 120 grams/ sqm) of total coated thickness not less than 0.72 mm for outer frame and 0.58 for
other sections, with glass glazing, openable glass & wire mesh shutters and MS grills.
2. Coating / Paint Specifications:
Primer Coat of Epoxy Primer of 5-7 microns thick, finish painted with Polyester Paint of 12-16
microns thick and back coated with Alkyd backer of 5-7 microns, or Powder Coated with pure
Polyester Powder minimum 60 microns thick.
3. Minimum sections sizes:

a. outer frame – 98 x 50 mm x 0.72 mm,


b. mullion – 46 x 70 mm x 0.58 mm,
c. glass shutter – 46 mm x 46 mm x 0.58mm
d. frame with beading of 12 mm X 12mm x 0.58mm or 20 mm X 20 mm x 0.58mm,
e. wire mesh shutter – 20mm x 40 mm x 0.58 mm frame
f. mesh fixing profile of 18mm x 6mm x 0.58.

4. Glazing:

Providing and fixing double glazed hermetically sealed glazing in windows, ventilators and
partition etc. with 5 mm thick clear toughened glass on one side and coloured tinted high
performance toughened glass on other side, having 10 mm air gap, including providing EPDM
gasket, perforated Aluminium spacers, desiccants, sealant (Both primary and secondary sealant)
etc. as per specifications, drawings and as per direction of Engineer-in-charge complete and having
the minimum performance as mentioned below:

a. Coloured tinted high performance toughened glass, 5 mm thick with reflective soft coating on
face # 2 + 10 mm Airgap + 5 mm Clear Toughened Glass of approved make having properties
as visible Light transmittance (VLT) of 27, solar factor of -0.25 and U-value of 1.7 W/sqm K.
b. Opening of windows should be sufficient enough as per NBC/ ECBC norms for day light
during daytime.
c. Stainless steel (SS-316 grades) friction stays, minimum 60-micron powder coated aluminium
handle for each leaf wherever required.

5. Wire mesh: Stainless steel 32-gauge fly mesh of 304 grades with 144 holes per square inch in the
wire mesh shutters
6. Grill: MS Grill made of 10mm square MS bars welded to at 125mm center-to-center, 6mm x 12mm
MS peripheral flat. Total grill unit shall be powder coated and fixed to window frame with
concealed beading.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-255
7. Fabrication: Frames and wire mesh shutter sections should be cut to length and miter joined with
Corner Bracket made of Polypropylene. Openable glass shutter should be miter joined with corner
brackets made of CRCA electroplated. Mullion section should be joined with frame/ mullion using
Nylon mullion cap. EPDM Gasket should be used all around glass in shutter between frame and
glazed shutter and both sides of fixed glass. Spoon profile should be used around wire mesh to fix
mesh in wire mesh shutter.
8. Accessories: Openable glazed shutter should be provided with SS friction hinges, high grade
Aluminum powder coated handle. Wire mesh shutter should be provided with SS pivot hinges,
Nylon handle and catcher.
9. Fixing: Window Frame should be fixed to brick masonry /concrete by using Nylon self-expanding
caps and driving MS electroplated 80mm long screws into the caps through frames.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-256
SPECIAL CONDITIONS FOR FALSE CEILING

A. ALUMINIUM METAL GRID TILE CEILING

1. Frame
The frame work shall consists of G.I spring tee of specified size fixed to main C carrier with the
help of suspension Brackets. The framework shall be executed in a manner so as to form a grid of
600 mm x 600 mm as specified in the item. The pre-painted steel ‘C’ wall angle of size 20x30x20
mm and 0.5mm thick shall be fixed along the periphery of the room with nylon sleeves and wooden
screws at 300 mm center to center. The main ‘C’ carrier of size 10x38x10 mm made of G.I steel
0.7 mm thick shall be fixed with cleats of size 37x27x25x1.6 mm and rawl plugs of size 38x12 mm.
2. Ceiling tiles
Aluminium metal plain & perforated beveled ceiling tiles of specified colour of size 600x600 mm
and 0.7 mm thick with minimum 25 mm height made of aluminium sheet having electro statically
polyester powder coated of minimum 60 microns thickness including factory painted after bending
with or without perforation & antimicrobial bio-safe coating with minimum 10 year warranty.
3. Fixing of ceiling tiles
The ceiling tiles shall be placed over the G.I frame and clip-in with frame.
4. General
This section covers the requirements for all materials, labour, tools, scaffolding and equipment
complete in all respect for suspended false ceiling as per nomenclature of the item.
5. Storage and Handling precautions:
a.Ceiling tiles shall have be supplied in neatly packed cartons.
b.Not to store the cartons in flat and wet locations.
c.Handle cartons and individual tiles with care.
d.Do not drop or stand cartons or tiles or edges or corners.
e.Open cartons completely and using both hands with protective gloves, remove tiles in pairs
with fair faces together
6. Installation Precautions:
The following to be ensured before installation of the ceiling system:
a. The area is dry prior to ceiling installation work.
b. All wet trades are completed such as plastering, flooring etc.
c. Air conditioning duct work is completed.
d. Electrical chasing or drawing lines etc are in place.
e. No unauthorized weight is put on ceiling. Lighting fixtures to be suspended independently.
f. Aluminium metal Tiles should be installed by experienced contractors in compliance with
manufacturers specifications and conditions.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-257
g. Installations shall be done in areas free from chemical fumes / freezing temperatures and
vibrations.
h. Aluminium metal Tiles shall not be used to support any unauthorized loads.
i. Aluminium metal Tiles shall be mechanically suspended properly and shall not be cemented
nor glued to the surface of any other material.
7. Cutouts for light and A/C fixtures:
Tendered cost shall include the cost of making cut outs required for fixing light made for making
cut outs.
8. Fire Resistance:
The ceiling tiles should be as per BS: 476 (Part IV) and to be classified in class 1 for spread of
flame as per BS: 476 (Part VII) and class O for propagation as per BS: 476 (Part VI).
a. Thermal Properties: The tiles should have a low thermal conductivity of 0.43 w/m˚KC.
b. Acoustic properties: The tiles shall offer an average NRC of .50 for perforated tiles and a
sound attenuation STA – 32 dB.
9. Effect of temperature:
10. The tiles should be suitable for use in high temperature area due to their low heat conductivity.
They can also be subjected to freezing temperatures without risk of damages.

B. ALUMINIUM PANEL CEILING:

1. Providing and fixing of Aluminum Panel Ceiling manufactured as per approved RAL shade by
architect, consisting of panels 300 mm wide x 31mm deep Plain panel desired length up to 6mtr.
2. Shall be fabricated 0.70mm thick Roll formed from enameled Corrosion Resistance Aluminum
alloy AA 3105 for higher strength and good Roll Forming characteristics with beveled edges, with
Anti-microbial 60-micron powder coating activity using Test Based on MOD ISO 22196:2011.
3. Powder coating test result should pass:
a. Pencil hardness ASTM D3363-05,
b. Scratch resistance ISO 1518-1/ SIS 83 91 17,
c. Impact resistance ASTM D2794,
d. Resistance to neutral salt spray ASTM B117,
e. Resistance to humid atmospheres ISO 6270-2,
f. Adhesion ISO 2409,
g. Expected durability of the antimicrobial effect: 25+ years according to an accelerated test.
4. Two sides of each panel to be raised and piped and stopped / demounting of individual panel.
5. Panel shall be clipped to a baked enameled Aluminum Panel Carrier of 34.5mm wide x 63mm
Deep made of 0.95mm thick in standard lengths of 5mtrs made of Double baked enameled
Aluminum Alloy AA 3105 (Al.Mg) Black colour with cut outs to hold the panels in a module of
300mm at a distance of 1.2mtrs c/c.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-258
6. The panel carrier shall be suspended by means of G.I. suspension rod 4mm diameter and
galvanized spring clip at a distance of 1.5 mtr. c/c.

C. FALSE CEILING WITH 16 MM THICK PLAIN MINERAL FIBRE TILES:

1. Providing & Fixing of Mineral Fibre Acoustical Suspended Ceiling System with anti-bacterial &
anti-microbial Bioguard coating over 16mm thick Plain Tegular Edge Tiles with 24mm face
exposed grid.
2. The tiles shall have the following properties:
Properties of Tile Values Relevant Standards
Base Material Mineral Fibre -
Panel Dimensions 600 x 600 m (Nominal) -
593 x 593 mm (Actual)
Panel Thickness 16 mm -
Panel Weight 3.15 kg/m2 -
Recycled Content 37% -
Noise Reduction Co-efficient 0.15 ASTM C423 (Average value of
Absorption Co-efficient readings taken
at 250 Hz, 500 Hz, 1000 Hz and 2000
Hz)
Ceiling Attenuation Class 35dB ASTM E1414
Fire Properties Class 0/1 BS 476 Part 6/7
Class A ASTM E 84
Light Reflectance 89% ASTM E-1477
Humidity Resistance RH 99% -
Thermal Conductivity 0.052 - 0.057 W/mK -
Resistance to Growth of Mold Rating 8+ (Face) ASTM D3273
Maintenance Properties Cleanable
Washable -150 cycle ASTM D 4828
Microbial Properties Tested for “total inhibition” TNO Seed Layer test
Tested for “inhibition” TNO Kirby Bauer agar diffusion test
Environmental Certifications GRIHA, GreenPro -
Dimensional tolerances ±3mm -

3. SUSPENSION:
a. The tile shall be laid on 24 mm wide T-section flanges colour global white (matching to tile
colour) having roll formed double stroke rotary stitching on all T sections i.e. the Main
Runner, 1200 mm & 600 mm Cross Tees with a web height of 38mm (all sections).
b. The deflection loading of the system shall be 15 kg/m2 (as per standard installation layout
mentioned below) and main beam tested as per ASTM C635 (Deflection limit less than L/360)
with a deflection loading of 18kg/m.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-259
c. The end details of the cross tee shall be made of pre-hardened steel and fixed to the ends of
the cross tee to provide double-locking between “cross tee to cross tee” and “cross tee to main
beam”.
d. All main beam to main beam and cross tee to cross tee connection shall have a pull-out strength
of more than 100kg. The T Sections shall be made of hot dipped galvanized steel of 120 gsm
as per IS 277 (2003) and pre-painted steel with baked polyester paint with 0T bending
capability.

Description Suspension System Details


Base Material Hot dipped galvanized steel of 120 gsm as per IS 277 (2003) and
pre-painted steel with baked polyester paint with 0T bending
capability
Construction Method Roll-formed double stroked rotary stitched construction to
mechanically lock together the two metal layers of the vertical web
Deflection Loading 18 kg/m with deflection limit less then L/360 as per ASTM C635
Pull-out Strength 100 kg
Main Runner Dimensions 3600(L) x 38(H) x 24(W) mm
Cross Tee Dimensions 1200/ 600(L) x 38(H) x 24(W) mm
Cross Tee End Detail The end details of the cross tee shall be made of pre-hardened steel
and fixed to the ends of the cross tee to provide double-locking
between “cross tee to cross tee” and “cross tee to the main beam”
Wall Angle dimensions 3000(L) x 19(H) x 19(W) mm
Main Runner Rout Spacing 150 mm
Hanger-wire Material Galvanized Steel with 0.7-micron coating
Hanger-wire Dimensions 2.5 mm Ø x 1800 mm
Hanger-wire Tensile Strength 344-413 MPa
Hanger-wire Pull Strength 110 Kgs

4. INSTALLATION:
a. To comprise main runner spaced at 1200mm securely fixed to the structural soffit using
suspension system (specifications above) at 1200mm maximum. The First/Last suspension
system at the end of each main runner shall not be greater than 450mm from the adjacent wall
along with the first and the last main beam shall be at less than 600mm from the wall.
b. Flush fitting 1200mm long cross tees to be interlocked between main runners at 600mm to
form 1200 x 600 mm module. Cut cross tees longer than 600mm require independent support.
600 x 600mm module to be formed by fitting 600mm long flush fitting cross tees centrally
between the 1200 mm cross tees.
c. Perimeter trim to be wall angles of size 3000x19x19mm, secured to walls using screws at
450mm centre to centre maximum.
d. Installation shall be carried out as per Manufacturer’s recommended procedure.
e. SUSPENSION SYSTEM accessories supplied by Manufacturer consisting of M6 Anchor
Fasteners with hanger hole, pre-straightened hanger wire of dia – 2.5 mm of 1.80 m length
having a tensile strength of 344-413 MPa and a minimum loading strength of 110 kgs.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-260
(Optionally, adjustable hook clips made of 0.7mm thick Grade 1 C55 galvanized spring steel
of dimension 100 x 20mm and 4 mm aquiline wire to be used for level adjustment during
installation purpose in main runners).

D. ACOUSTIC FALSE CEILING WITH 19MM THICK MINERAL FIBRE TILES:

1. Providing & Fixing of Mineral Fibre Acoustical Suspended Ceiling System with anti-bacterial &
anti-microbial Bioguard coating over 19mm thick Acoustics Tegular Edge Tiles with 24mm face
exposed grid.
a. The tiles shall have following properties:

Properties of Tile Value Relevant Standards


Base Material Mineral Fibre -
Panel Dimensions 600 x 600 m (Nominal) -
593 x 593 mm (Actual)
Panel Thickness 19 mm -
Panel Weight 5.29 kg/m2 -
Recycled Content 35% -
Noise Reduction Co-efficient 0.7 ASTM C423
(Average value of
Absorption Co-
efficient readings
taken at 250 Hz, 500
Hz, 1000 Hz and
2000 Hz)
Ceiling Attenuation Class 41 dB ASTM E1414
Fire Properties Class 0/1 BS 476 Part 6/7
Class A ASTM E 84
Light Reflectance 87% ASTM E-1477
Humidity Resistance RH 99% -
Thermal Conductivity 0.052 - 0.057 W/mK -
Cleanroom Classification Class 5 ISO 14644-1
Resistance to Growth of Mold Rating 8+ (Face) ASTM D3273
Maintenance Properties Cleanable
Washable -500 cycle ASTM D 4828
Microbial Properties Cleanroom Class 5(Class100) ISO 14644-1
Suitable for Zone 4 NF S 90-35:2003
Decontamination Class -CP10 NF S 90-35:2003
Bacteriological Cleanliness Class B1 NF S 90-35:2003
(specific strains)
Environmental Certifications GRIHA, GreenPro -
VOC and Formaldehyde emission

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-261
rate < 0.1mg/m2/hr
Dimensional tolerances ±3mm -

2. SUSPENSION:
a. The tile shall be laid on 24 mm wide T - section flanges colour global white (matching to tile
colour) having roll formed double stroke rotary stitching on all T sections i.e. the Main
Runner, 1200 mm & 600 mm Cross Tees with a web height of 38mm (all sections).
b. The deflection loading of the system shall be 15 kg/m2 (as per standard installation layout
mentioned below) and main beam tested as per ASTM C635 (Deflection limit less than L/360)
with a deflection loading of 18kg/m.
c. The end details of the cross tee shall be made of pre hardened steel and fixed to the ends of
the cross tee to provide double locking between “cross tee to cross tee” and “cross tee to main
beam”.
d. All main beam to main beam and cross tee to cross tee connection shall have a pull out strength
of more than 100kg. The T Sections shall be made of hot dipped galvanized steel of 120 gsm
as per IS 277 (2003) and pre-painted steel with baked polyester paint with 0T bending
capability.

Description Suspension System Details


Base Material Hot dipped galvanized steel of 120 gsm as per IS 277 (2003)
and pre-painted steel with baked polyester paint with 0T
bending capability
Construction Method Roll formed double stroked rotary stitched construction to
mechanically lock together the two metal layers of the
vertical web
Deflection Loading 18 kg/m with deflection limit less then L/360 as per ASTM
C635
Pull-out Strength 100 kg
Main Runner Dimensions 3600(L) x 38(H) x 24(W) mm
Cross Tee Dimensions 1200/ 600(L) x 38(H) x 24(W) mm
Cross Tee End Detail The end details of the cross tee shall be made of pre hardened
steel and fixed to the ends of the cross tee to provide double
locking between “cross tee to cross tee” and “cross tee to
main beam”
Wall Angle dimensions 3000(L) x 19(H) x 19(W) mm
Main Runner Rout Spacing 150 mm
Hanger-wire Material Galvanized Steel with 0.7 micron coating
Hanger-wire Dimensions 2.5 mm Ø x 1800 mm
Hanger-wire Tensile 344-413 MPa
Strength
Hanger-wire Pull Strength 110 Kgs

3. INSTALLATION:

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-262
a. To comprise main runner spaced at 1200mm securely fixed to the structural soffit using
suspension system (specifications above) at 1200mm maximum. The First/Last suspension
system at the end of each main runner shall not be greater than 450mm from the adjacent wall
along with the first and the last main beam shall be at less than 600mm from the wall.
b. Flush fitting 1200mm long cross tees to be interlocked between main runners at 600mm to
form 1200 x 600 mm module. Cut cross tees longer than 600mm require independent support.
600 x 600mm module to be formed by fitting 600mm long flush fitting cross tees centrally
between the 1200 mm cross tees.
c. Perimeter trim to be wall angles of size 3000x19x19mm, secured to walls using screws at
450mm centre to centre maximum.
d. Installation shall be carried out as per Manufacturer recommended procedure.
e. Suspension System accessories supplied by Manufacturer consisting of M6 Anchor Fasteners
with hanger hole, pre-straightened hanger wire of dia – 2.5 mm of 1.80 m length having a
tensile strength of 344-413 MPa and a minimum loading strength of 110 kgs. (Optionally,
adjustable hook clips made of 0.7mm thick Grade 1 C55 galvanized spring steel of dimension
100 x 20mm and 4 mm aquiline wire to be used for level adjustment during installation
purpose in main runners).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-263
SPECIAL CONDITIONS FOR FLOORING

A. PVC FLEXIBLE HOMOGENEOUS COMPACTED ESD FLOORING:

1. Providing and fixing of 2mm thick PVC flexible homogeneous compacted ESD (Electro Static
Discharge) floor covering of size 2 mtrs x 20 mtrs. having total weight 3000 g/sqm.
2. It should feature a stylish duotone marbleized/ chip decoration with specially formulated
polyurethane surface treatment which provides an excellent foundation for an easy, on-going
maintenance regime and its surface should be densely compacted for improving wear and ease of
maintenance.
3. It should have general performance EN 649/ENISO 10581), making it suitable for very heavy
commercial and heavy- light industrial use.
4. It should also confirm to class Bf1-s1 inflammability test as per EN13501-1.
5. It should have slip resistance of R9 as per EN 13893 Class DS and very low VOC emission.
6. Product should have electrical behavior EN 1081 R1/R2 <109 ohms ESD S 7.1X106-1X109 ohms
& Conforms to maximum voltage generation of <100 Volts and resistance to earth of <1X109 ohms
when tested to BS IEC 61340-4-5 IBM conforms.
7. It should be Floor Score and ISO certified.
8. It demonstrates from independent tests that it inhibits the growth of MRSA on the floor to prevent
any kind of infection.
9. It should also achieve a BRE Global Environmental A+ Rating and a Green Tag LCA Rate certified
with GreenRate level A- Gold Plus from independently assessed by the BBA (British Board of
Agreement).
10. It should be awarded a 10-year product performance assurance in the recommended use areas.
11. The floor finish should terminate at the room perimeter passing over a concealed cove former and
continuing up the wall for 100mm and copper wire grid for ESD purpose to be installed.
12. The joints in the flooring should be sealed by using a PVC welding bar of matching colour to be
supplied by the manufacturer, using a hot air gun for fusion of welding bar with flooring.
13. The vinyl sheet shall be laid & fixed with water-based adhesive as per manufacturer’s specification
and the entire satisfaction of Engineer-in-charge complete.

B. PVC FLEXIBLE HOMOGENEOUS COMPACTED ANTI-STATIC

1. Providing and fixing of 2mm thick PVC flexible homogeneous compacted anti-static floor covering
of size 2 mtrs x 20 mtrs. having total weight 3100 g/sqm.
2. It should feature a stylish duotone marbleized/ chip decoration with specially formulated
polyurethane surface treatment which provides an excellent foundation for an easy, on-going
maintenance regime and its surface should be densely compacted for improving wear and ease of
maintenance.
3. It should have Type-II abrasion resistance as per EN ISO 10581 and complies with the EN 685 (34-
43), making it suitable for very heavy commercial and heavy- light industrial use.
4. It should also confirm to class Bfl-s1 inflammability test as per EN13501-1.
5. It should have slip resistance of R9 as per EN 13893 Class DS and very low VOC emission.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-264
6. It should pass all the most stringent international VOC emissions tests, QMI registered, eligible to
LEED credit, Floor Score, and OP free.
7. It demonstrates from independent tests that it inhibits the growth of MRSA on the floor to prevent
any kind of infection.
8. It should also achieve a BRE Global Environmental A+ Rating and a Green Tag LCA Rate certified
with GreenRate level A- Gold Plus from independently assessed by the BBA (British Board of
Agreement).
9. It should be awarded a 10-year product performance assurance in the recommended use areas.
10. The floor finish should terminate at the room perimeter passing over a concealed cove former and
continuing up the wall for 100mm.
11. The joints in the flooring should be sealed by using a PVC welding bar of matching colour to be
supplied by the manufacturer, using a hot air gun for fusion of welding bar with flooring.
12. The vinyl sheet shall be laid & fixed with water-based adhesive as per manufacturer’s specification
and the entire satisfaction of Engineer-in-charge complete.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-265
SPECIAL CONDITIONS FOR FINISHING & FACADE

A. COVERING OF EXTERNAL SHAFTS:

All External Shafts to be covered with the following:

1. Providing and fixing factory made 18 mm thick single extruded WPC (Wood Polymer Composite)
solid plain colour board Jali, CNC (Computer numeric control) routed of approved design by
Engineer in -charge which are machine cut for duct/shaft covering, partitions and facades.
2. WPC shall comprise of virgin polymer of K value 58-60 (Suspension Grade), calcium carbonate
and natural fibers (wood powder/ rice husk/wheat husk) and non-toxic additives (maximum toxicity
index of 12 for 100 gms) having:

a. Minimum density of 650 kg/ cum


b. Screw withdrawal strength of 1800 N (Face)
c. Minimum compressive strength 50 N/mm2
d. Modulus of elasticity 850 N/mm2
e. Resistance to spread of flame of Class A category
f. Properties of being termite/borer proof, water/moisture proof and fire retardant

3. To be fixed on M.S (mild steel) frame made of minimum 25 x 25 x 1.5 mm square hollow box
section or as per structural design based upon wind load including applying a priming coat of
approved steel primer,
4. Placed at grid made at 1.0 x 1.0 m or as per requirement at site with necessary stainless-steel
fasteners and SS screws etc., all complete as per direction of Engineer-In- Charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-266
SPECIAL CONDITIONS FOR STRUCTURAL STEEL WORK

Scope of work for the contractor in respect of structural steel work shall cover, but shall not belimited
to the following:

1. Structural steel work shall cover all composite structural works consisting of structural steel and RCC
in combination. It shall also cover steel trusses and misc structural steel frameworks.

2. Preparation and submission of complete detailed shop fabrication drawings based on the architectural
and structural design and drawings including revision in same as per directions of Engineer-in-
charge.

3. Submission of revised structural design, with calculations and detailed fabricationdrawings, in case
any substitution is required in the designed sections with prior approvalof Engineer in charge.

4. Submission of detailed erection plan/methodology for all structural members of structural steel
structure, compatible with the details of fabrication. Also complete drawings & phase wise instructions
for all the activities required to erect steel structure in final position, shall be submitted.

5. Submission of shuttering, staging and scaffolding details for casting of deck slab over the erected
“Steel Plate Girders”.

6. Submission of details of specialized agency for steel fabrication in workshop and erection at site of
structural steel work, which the contractor proposes to associate for structural steel work. The agency
for fabrication of steel members in workshop and agency for erection of these steel members at site
should preferably be same. The specialized agency should satisfy the experience requirements as
stipulated in bid document elsewhere. Details should include experience of specialized agency in
similar structural steel works, financial capabilities, location of workshop, fabrication facilities
available in fabrication workshop etc.

7. Procurement and testing of all raw structural steel materials in lots for fabrication taking into account
wastage margin etc., including storage and upkeep of the materials

8. Providing all materials, labour, tools & plant and equipments and all types of consumables required for
fabrication using Gas Metal Arc welding (MIG welding) or Submerged arc welding including all
necessary bolts, nuts, washers with wastage margins.

9. Fabrication of the steel works in accordance with the approved fabrication drawings, including all shop
assembling, matching and marking. Design, manufacture/ fabrication and provision of all jigs, fixings,
manipulators etc. required for the fabrication.

10. Suitably marking, bundling and packing for transport of all fabricated materials.

11. Preparing and furnishing detailed bill of materials, drawings, Office dispatch list, Bolts list and any
other list of procured items required in connection with the fabrication of the structural steelwork.

12. Loading and transporting all fabricated steelwork and field connection materials including unloading
at site and erection of structure in final position with all bolts, nuts, insert plate etc.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-267
13. The contractor shall provide general assistance during complete erection for solving any problem
related to fabrication or site assembling of the structural steelwork. The contractor shall ensure the
presence of the qualified and experienced Erection Engineer during complete erection work at site.

14. All major/ minor modifications of the fabricated steel structures, as directed by the Engineer-in-charge,
including but not limited to the following:

14.1. Removal of bends, kinks, twists etc. for parts damaged during transportation and handling.

14.2. Cutting, chipping, filling, grinding etc. if required or preparation and finishing of site
connections.

14.3. Reaming of holes for use of higher size bolt if required.

14.4. Re-fabrication of parts damaged beyond repair during transport and handling or re- fabrication
of parts which are incorrectly fabricated.

14.5. Fabrication of parts omitted during fabrications by error, or subsequently found necessary.

14.6. Drilling of hole, with prior approval of Engineer-in-charge, which are either not drilled at all
or are drilled in incorrect location during fabrication. Drilling of holes for connections of all
structural members shall otherwise be done in fabrication workshop only.

15. Carry out tests in accordance with the related Specification which will be inspected byEngineer-
in-charge.

16. Details of erection equipment & machinery including capacity, specifications, tools, tackles etc. to
be used for erection purpose.

17. Necessary formwork & staging required for erection of structural members including design of
formwork for all the anticipated loads.

18. All procedures and tests on welds as per specifications and welded parts to ensure the strength
requirements of joints.

19. Submittals: On commencement of the work pertaining to steel structure, the Contractor shall
submit the following in two sets:

19.1. Detailed baseline program, material procurement schedule, shop/ working drawings,
submission of samples, process/ methodology of fabrication & delivery to site storage yard and
erection at site for the approval of the Engineer-in-charge.

19.2. Complete fabrication drawings, schedule of quantity, cutting lists, bolt lists, welding schedules.

19.3. Results of any tests, as and when conducted and as required by the Engineer-in-charge.

19.4. Manufacture’s mill test report/ certificate in respect of steel material, bolts, nuts, and electrodes
etc. may be applicable.

19.5. A detailed list of all Plant & Equipment such as cranes, derricks, winches, welding sets, all
consumables, grinding and hole drilling machine etc. their make, model, present condition and

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-268
location, available to the contractor and the ones he will employ on the job to maintain the
progress of work in accordance with the contract.

19.6. The total number of experienced personnel of each category like fitters, welders, riggers etc.,
which he intends to deploy on the project.

20. The Engineer-in-charge reserves the right to make changes in the design drawings even afterrelease
for preparation of shop drawings to reflect addition, omission & modifications in data/ details and
requirements. Contractor shall consider such changes as part of these Specifications and the contract
and no extra claims shall be entertained on this account.

21. Design and drawings will show as appropriate the salient dimensions of structural members. Design
loads shall be made available. Any other relevant information related with the preparation of fabrication
drawings, designs and erection details shall be provided by contractor to Engineer-in-charge.

22. No detailed shop drawings will be accepted for examination by the Engineer-in-charge unless these
have first been completely checked by the contractor's qualified structural engineer. The contractor
shall check and ensure that detailing of connections is carefully planned to obtain easein erection of
structures, including field bolting or field connection of temporary structure to permanent structure.
Any temporary structure which is used for erection or launching purpose and required to be welded to
permanent structural works shall be accounted for in fabrication drawings. Permission shall be obtained
before welding or holing is done in permanent structures other than as shown in approved fabrication
drawings. In case of field bolted connection between temporary structure and permanent structural
works, all necessary holes provision shall be left during fabrication in shop.

23. No fabrication work shall be started by the contractor without approval of Engineer-in-charge on
the relevant drawings. Approval by the Engineer-in-charge of any of the drawings shall not relieve the
contractor of his responsibility of workmanship, fit of parts, details, materials and errors or omissions
of any work.

24. The contractor shall furnish three sets of prints of shop drawings as advance drawing (for approval)
and four set of prints of all approved final shop drawings along with soft copy in pendrive for field use
and record purpose.

25. The Contractor shall specify the name of workshop where he intends to get the fabrication work carried
out. The fabrication shop should have facility for at least Automatic continuous submerged arcH beam
welding machine, Automatic paint conveyer system, Max Seam roofing system, shearing machine,
CNC plasma machine, pug mill, edge beveling machine, flame cutting machine, grinders, sand blasting
equipments, facilities for lifting and handling of large span and heavy structural members etc.

26. The drawings prepared by the Contractor and all subsequent revisions thereof shall be at the cost of the
Contractor and no separate payments shall be made for the same. Revisions shall incorporate all
modifications, field changes, substitutions etc.

27. The Contractor shall give due consideration to the need of trial assemblage at shop, weight andsize
limitation of elements for transportation from shop to site storage yard/Erection site, temperature

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-269
variation of 25 degree centigrade between the fabrication shop and site, site measurements of as-built
dimensions and position of pockets etc. for bolts and avoidance of site welding except for fixtures.

28. All the drawings shall be prepared in metric units. The drawings should preferably be in A-1 standard
size, and the details shown therein shall be clear and legible. These drawings shall include but shall
not be limited to the following:

28.1. Assembly drawings, giving exact sizes of the sections to be used and identification marks of
the various sections members.

28.2. Dimensional drawings of base plans, anchorage detail of bearing bolts location etc.

28.3. Complete quantity schedule of materials and detailed drawings of all sections.

28.4. Detailed shop drawings for proper co-ordination with the concrete components to which the
steel members shall be connected, as required.

28.5. Any other drawings or calculations that may be required for proper completion of the works
and clarification of the works or substituted parts thereof.

28.6. All 'as-built' drawings in 4 prints and 1 plot on Garware film or equivalent and in Pendrive

29. Applicable Codes of Practice:

The following specifications, standards and codes of practice are included as part of this
Specification:

1 IS: 226 Structural Steel (Standard Quality)


2 IS: 800 (1984) Code of Practice for General Construction in Steel.
Dimensions for Hot Rolled Steel Beam, Column, Channel and
3 IS: 808 (1989) Angle Sections.
4 IS: 813 Scheme of Symbols for Welding
Covered Electrodes for Manual Metal Arc Welding of Carbon &
5 IS: 814 (1991) Carbon -Manganese Steel.
Classification Coding of Covered Electrodes for Metal Arc Welding
6 IS: 815 of Structural Steel
Code of Practice for Use of Metal Arc Welding for General
7 IS: 816 (1969) Construction in Mild Steel.
8 IS: 817 (1969) Code of Practice for Training and Testing of Metal Arc Welders.
9 IS: 822 Inspection of Welded Connection
10 IS: 823 Specification for Workmanship of Steel Structure
11 IS: 919 (1993) ISO System of Limits & Fits (Part 1 & Part 2)
12 IS: 961 Structural Steel (High Tensile)
Code of Practice for use of Welding in Bridges and Structures
13 IS: 1024 subject to Dynamic Loading
14 IS: 1148 (1982) Hot Rolled Rivet Bars (upto 40mm) for Structural Purposes.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-270
15 IS: 1161 Steel Tubes for Structural Purposes
Recommended Practice for Radio Graphic Examination of Fusion
16 IS: 1182 (1983) Welded Butt Joints in Steel Plates.
Hexagon Head Bolts, Screws and Nuts of Product grade C (Part 1 to
17 IS: 1363 (1992 ) Part 3)
1 to Hexagon Head Bolts, Screws and Nuts of Product Grades A
18 IS: 1364 (1992) &B (Part 5)
19 IS: 1367 (1991) Technical Supply Conditions for Threaded Steel Fasteners.
20 IS: 1852 (1985) Rolling & Cutting Tolerances for Hot-Rolled Steel Product.
21 IS: 1977 (1975) Structural Steel (Ordinary Quality).
22 IS: 2016 (1967) Plain Washers.
23 IS: 2062 ( 1992) Steel for General Structural Purposes.
24 IS: 2595 (1978) Code of Practice for Radio Graphic Testing.
25 IS: 3600 (1985) Methods of Testing Fusion Welded Joints (Part 1 to Part 9)
Acceptance Tests for Wire Flux Combinations for Submerged Arc
26 IS: 3613 (1974) Welding
27 IS: 3658 ( 1981) Code of Practice for Liquid Penetrant Flow Detection.
28 IS: 3757 ( 1985) High Strength Friction Grip Bolts
High Strength Friction Grip Bolts in Steel Structures-Code of
29 IS:4000 (1992) Practice
Recommendations for Submerged Arc Welding of Mild Steel and
30 IS: 4353 (1967) Low Alloy Steel.
31 IS: 4923 Hollow Steel Sections for Structural Use
Assessment of Butt and Fillet Fusion Welds in Steel Sheet, Plate
32 IS: 4943 (1968) and Pipe.
33 IS: 5334 (1981) Code of Practice for Magnetic Particle Flow Detection of Welds
34 IS: 5369, 5370 General Requirements for Plain Washers and Lock Washers (1975)
35 IS: 5372 (1975) Taper Washers for Channels
36 IS: 6610 Heavy Washers for Steel Structures
37 IS: 5374 (1975) Taper Washers for I Beams.
38 IS: 6227 Code of Practice for Use of Metal Arc Welding in Tabular Sections
39 IS: 6623 (1985) Specification for High Strength Structural nuts
Specifications for hardening and tempering washers for high
40 IS:6649 (1985) strength structural nuts
41 IS: 6755 (1980) Double Coil Helical Spring Washers.
42 IS: 7215 (1974) Tolerances for Fabrication of Steel Structure.
43 IS: 7205, 7273, Safety Requirements for Steel Construction
44 IS: 7269, 7293 Handling of materials & Equipments for Safe Working
45 IS: 7307 (Part I) Destructive & Non-Destructive Test of Welds
IS: 7318 (1974) (Part Approval Test for Welders When Welding Procedure Approval is
46 I) not required -fusion Welding of Steel.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-271
Structural steel -Micro alloyed (Medium and High Strength
47 IS:8500 (1991) Qualities)
48 IS: 8613 Wise Flux Combinations for Welded Joints
49 IS:8910 (1978) General requirements of Supply of Weldable Structural Steel.
Recommendations for Metal Arc Welding of Carbon & Carbon-
50 IS: 9595 (1980) Manganese Steels
51 IS: 12843 Tolerances for Erection of Structural Steel Works
Section V Standard Specifications and code of Practice for Road
52 IRC: 24: Bridges: Steel Road Bridges
Standard specification for road bridges Section VI Composite
53 IRC:22-1986 construction

30. Materials

30.1. All materials to be supplied by the Contractor shall conform to relevant Indian Standards as
approved by the Engineer-in-charge.

30.2. Structural Steel materials required for the work shall be free from imperfections, mill scales,
slag intrusions, laminations, pittings, rusts etc. that may impair strength, durability and
appearance. All materials shall be of tested quality only. Test Certificates in respect of each
consignment shall be submitted to Engineer-in-charge before use in work. Whenever the
materials are permitted for procurement from identified stocks, a random sample shall be
tested at an approved laboratory, as directed by the Engineer-in-charge.

30.3. Structural steel encased column shall be in high tensile steel with a yield stress of 450 MPa
conforming to IS: 2062. Structural steel beam shall be built up section in high tensile steel with
yield stress of 450 MPa conforming to IS: 2062. UB/ UC (secondary) sections shall be of yield
stress of 350 MPa; for ISMB/ISMC/ ISA sections, the steel shall have yield stress of 250 MPa.
Deck sheet shall be comflor-60, TR-60 or equivalent of 1mm thick with yield stressof 350
MPa with minimum 275 gsm galvanization of approved make. Shear studs shall have
Ultimate stress of 450 MPa. Unless otherwise specified all anchor bolts shall be of property
class of 8.8 (and size M40) and shall conform to IS: 1363 (1992), IS: 1364 (1992) and IS:1367,
as applicable. Unless specified otherwise, head of bolts shall be hexagonal. All nuts shall
conform to property class compatible with the property class of the bolt used. Unless specified
otherwise, on drawings washer for HSFG/High Strength bolts shall be conforming to IS:6649
(1985). Also plain washers shall be conforming to IS:5369 (1975).

31. STORAGE OF MATERIALS

31.1. All materials shall be so stored as to prevent deterioration, and to ensure the preservation of
their quality and fitness for the work. The materials shall be stored under cover and suitably
painted for the protection against weather condition. Any material, which has deteriorated or
has been damaged shall be removed from site and replaced by new members, as directed by
the Engineer-in-charge at no extra cost and time.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-272
31.2. The steel to be used in fabrication shall be stored in a separate stack clear of the ground section
wise and lengthwise.

31.3. The storage area shall be kept clean and properly drained. Structural steel shall be so stored
and handled in such a manner that members are not subjected to excessive stresses and damage.
Girders and beams shall be placed in upright position. Long members shall be supported on
closely spaced skids to avoid unacceptable deflection.

31.4. The Contractor shall have a suitable shop storage yard at his own premises for storing the
fabricated steel structures and other materials. The yard shall have proper facilities such as
drainage and lighting including access for cranes, trailers and other heavy equipments.

31.5. All Shop / field connection materials, shop paints etc. shall be stored on racks and platforms,
off the ground in a properly covered building by the contractor.

31.6. The contractor shall make proper arrangement for sand blasting of steel sections so that these
sand blasted materials may be used for fabrication wherever required.

32. Handling and Storing of Materials:

32.1. Suitable area for storage of structures and components shall be located near the site of work.
The access road should be free from water logging during the working period and the storage
area should be on levelled and firm ground.

32.2. The store should be provided with adequate handling equipments e.g. road mobile crane,
gantries, derricks, chain pulley blocks, winch of capacity as required. Stacking area should
be planned and have racks, stands sleeper, access tracks, etc., and properly lighted.

32.3. Storage should be planned to suit erection work sequence and avoid damage or distortion.
Excessively rusted, bent or damaged steel shall be rejected. Methods of storage and handling
steel, whether fabricated or not shall be subject to the approval of the Engineer in charge.

32.4. Fabricated materials are to be stored with erection marks visible, such as not to come into
contact with earth surface or water and should be accessible to handling equipment.

32.5. Small fitting hand tools are to be kept in containers in covered stores.

32.6. All materials, consumables, including raw steel or fabricated material shall be stored
specification-wise and size-wise above the ground upon platforms, skids or other supports.
It shall be kept free from dirt and other foreign matter and shall be protected as far as possible
from corrosion and distortion. The electrodes shall be stored specification-wiseand shall be
kept in dry warm condition in properly designed racks. The bolts, nuts, washers and other
fasteners shall be stored on racks above the ground with protective oil coating in gunny bags.
The paint shall be stored under cover in air-tight containers.

32.7. IS:7293 and IS:7969 dealing with handling of materials and equipments for safe working
should be followed. Safety nuts and bolts as directed are to be used while working.

32.8. Erection Marking: Each fabricated member, whether assembled prior to dispatch

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-273
or not so assembled, shall bear an erection mark, which will help to identify the
member and its position in respect of the whole structure, to facilitate re-erection at
site. These erection marks shall be suitably incorporated in the shop detail and
erection drawings.

32.9. Formwork: The formwork shall be properly designed, substantially built and
maintained for all anticipated loads. The Contractor, if required, shall submit plans
for approval to the Engineer in Charge. Approval of the plans, however, shall not
relieve the Contractor of his responsibility.
33. Assembling:

33.1. The parts shall be accurately assembled as shown on the drawings and match marks shall be
followed. The material shall be carefully handled so that no parts will be bent, broken or
otherwise damaged. Hammering which will injure or distort the members shall not be done.
Bearing surface or surfaces to be in permanent contact shall be cleaned, before the members
are assembled.

33.2. The truss spans shall be erected on blocking, so placed as to give the proper camber. The
blocking shall be left in place until the tendon chord splices are fully riveted and all other truss
connections pinned and bolted. Bolts in splices of butt joints of compression members and
bolts in railings shall not be driven until the span has been swung.

33.3. All joint surface for bolted connections including bolts, nuts, washers shall be free fromscale,
dirt, burrs, other foreign materials and defects that would prevent solid seating of parts. The
slope of surface of bolted parts in contact with bolt head and nut shall not exceed 1 in20,
plane normal to bolt axis, otherwise suitable tapered washer shall be used.

33.4. All fasteners shall have a washer under nut or bolt head whichever is turned in tightening.

33.5. Any connection to be bolted shall be secured in close contact with service bolts or with a
sufficient number of permanent bolts before the rivets are driven or before the connections
are finally bolted. Joints shall normally be made by filling not less than 50 percent of holes
with service bolts and barrel drifts in the ratio 4:1. The service bolts are to be fully tightened
up as soon as the joint is assembled. Connections to be made by close tolerance bolts shall be
completed as soon as practicable after assembly.

34. Transportation & Handling

34.1. Before the shop assembling is dismantled, all members and sections shall be appropriately
marked with paint or grooved with their identification numbers as detailed in shop drawings.

34.2. The Contractor shall transport the fabricated structural steel materials to work site, with all
necessary field connection materials, in such sequence as will permit the most efficient and
economical performance of the erection work. As per scheduled programme, the Engineer- in-
charge may, at his discretion prescribe or control the sequence of delivery of materials.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-274
34.3. Fabricated parts shall be handled in such a way-that no damage is caused to the components.
Measures shall be taken to minimize damage to the protective treatment on the steelwork. All
work shall be protected from damage in transit. Particular care shall be taken to stiffen free
ends, prevent permanent distortion and adequately protect all machined surfaces. All bolts,
nuts, washers, screws, small plates and articles generally shall be suitably packed and
identified.

35. Field Bolts:

35.1. Contractor shall supply the full number of bolts, nuts and washers and other necessaryfittings
required for completing the work, together with the additional bolts, nuts and washers totaling
to 10% of the requirement subject to minimum of 10 Nos.

35.2. At the time of assembly, the surfaces in contact shall be free of paint or any other applied finish,
oil, dirt, loose rust, loose scale, burrs and other defects which would prevent solid seating of
the parts or would interfere with the development of friction between them.

35.3. If any other surface condition, including a machined surface, is specified, it shall be the
responsibility of the Contractor to work within the slip factor specified for the particular
case.

35.4. Each bolt and nut shall be assembled with washers of appropriate shape, quality and number
in cases where plane parallel surfaces are involved. Such washers shall be placed under the
bolt head or the nut, whichever is to be rotated during the tightening operation. The rotated
nut or bolt head shall be tightened against a surface normal to the bolt axis, and the appropriate
tapered washer shall be used when the surfaces are not parallel. The angle between the bolt
axis and the surface under the non-rotating component (i.e. the bolt head or the nut) shall be 90
+ 3 degree. For angles outside these limits, a tapered washer shall be placed under the non-
rotating component. Tapered washers shall be correctly positioned.

35.5. No gasket or other flexible material shall be placed between the holes. The holes in parts to
be joined shall be sufficiently well aligned to permit bolts to be freely placed in position.
Driving of bolts is not permitted. The nuts shall be placed so that the identification marks are
clearly visible after tightening. Nut and bolts shall always be tightened in a staggered pattern
and where there are more than four bolts in any one joint, they shall be tightened from the
centre of the joint outwards.

35.6. If, after final tightening, a nut or bolt is slackened off for any reason, the bolt, nut and washer
or washers shall be discarded and not used again.

36. Tightening of bolts:

36.1. Bolted connection joints with high strength friction grip bolts shall be inspected for compliance
of codal requirements.

36.2. The Engineer shall observe the installation and tightening of bolts to ensure that correct
tightening procedure is used and shall determine that all bolts are tightened. Regardless of
tightening method used, tightening of bolts in a joint should commence at the most rigidly fixed

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-275
or stiffest point and progress towards the free edges, both in initial snugging and infinal
tightening.

36.3. The tightness of bolts in connection shall be checked by inspection wrench, which can be torque
wrench, power wrench or calibrated wrench. Tightness of 10 per cent bolts, but not less than
two bolts, selected at random in each connection shall be checked by applying inspection
torque. If no nut or bolt head is turned by this application, connection can be accepted as
properly tightened, but if any nut or head has turned all bolts shall be checked and, if
necessary, re-tightened.

37. Erection of Steel Structures:

37.1. The Contractor shall erect the structural steel, remove the temporary construction, and do all
the work required to complete the construction included in the contract in accordance with
the drawings and the specifications and to the entire satisfaction of the Engineer-in-charge.

37.2. The Contractor shall submit erection plans prepared by the fabricator, showing a method and
procedure of erection, compatible with the details of fabrication.

37.3. A detailed scheme must be prepared showing stage-wise activities, with complete drawings
and working phasewise instructions. This should be based on detailed stagewise calculation
and take into account specifications and capacity of erection equipment machinery, tools,
tackles to be used and temporary working loads as per Codal provisions.

37.4. The scheme should be based on site conditions e.g. hydrology, rainfall intensity, soil and sub-
soil conditions, temperature and climatic conditions and available working space, etc.

37.5. The scheme should indicate precisely the type of temporary fasteners to be used as also the
minimum percentage of permanent fasteners to be fitted during the stage erection. The working
drawings should give clearly the temporary jigs, fixtures, clamps, spacer supports, etc.

37.6. The contractor shall supply and erect all necessary false work and staging and shall supply
all labour, tools, erection plant and other materials necessary to carry out the work complete in
all respects.

37.7. Prior to actual commencement of erection all equipment, machinery, tools, tackles, ropes, etc.
need to be tested to ensure their efficient working. Frequent visual inspection is essential in
vulnerable areas to detect displacements, distress, drainages, etc.

37.8. Deflection and vibratory tests shall be conducted in respect of supporting structures, launching
truss, cranes etc. as also the structure under erection and unusual observations reviewed,
looseness of fittings are to be noted.

37.9. For welded structures, welders' qualifications and skill are to be checked as per standard norms.
Non- are to be carried out.

37.10. Safety requirements should conform to IS: 7205, IS:7273 and IS:7269 as applicable and should
be a consideration of safety, economy and rapidity.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-276
37.11. Erection work should start with complete resources mobilised as per latest approved drawings
and after a thorough survey of foundations and other related structural work. Maximum
mechanization is to be adopted.

37.12. The structure should be divided into erectable modules as per the scheme. This should be pre-
assembled in a suitable yard/platform and its matching with members of the adjacent module
checked by trial assembly before erection.

37.13. The structure shall be set out to the required lines and levels. The stocks and masses are to be
carefully preserved. The steelwork should be erected, adjusted and completed in the required
position to the specified line and levels with sufficient drifts and bolts. Packing materials are
to be available to maintain this condition. Organized “Quality Surveillance” Checks need to
be exercised frequently.

37.14. Before starting work, the Contractor shall obtain necessary approval of the Engineer as to the
method adopted for erection, the number and character of tools and plants. The approval of
the Engineer shall not relieve the Contractor of his responsibility for the safety of his method
or equipment or from carrying out the work fully in accordance with the drawings and
specifications.

37.15. During the progress of work, the Contractor shall have a competent Engineer or foreman in
charge of the work, who shall be adequately experienced in steel erection and acceptable to
the Engineer in Charge.

38. Painting at Site:

38.1. Surfaces which will be inaccessible after site assembly shall receive the full specified protective
treatment before assembly. Surfaces which will be in contact after site assembly shall receive
a coat of paint (in addition to any shop primer) and shall be brought together while the paint is
still wet. Damaged or deteriorated paint surfaces shall be first made good with the same type
of coat as the shop coat. Where steel has received a metal coating in the shop, this coating shall
be completed on site so as to be continuous over any welds, bolts and site rivets. Specified
protective final painting treatment shall be completed after erection.

38.2. All structural steel members not encased in concrete (Beams/ Colums/ Slabs/ Truss etc.) consist
of members both of built up sections by steel plates as well as of standard sections of various
sizes shall be applied with single pack factory blended (free from asbestos & Glass fibres)
vermiculite and portland cement based, fire resistant material mixed with the required solvent/
water and designed for the fire protection of interior/exterior structural steel members as per
manufacturer design & specification to required thickness sufficient to obtain minimum 2 Hour
fire rating (as per NBC 2016). The exposed visible areas should be trowel finish. The plaster
application shall be carried out through certified applicator / licensee of the manufacturer. The
product shall adhere to the steel surface and should comply with latest provisions contained in
UL-263 and BS-476 part 20/21 (for load bearing section). Before applying the material on
surface of structural member, any metal mesh required to bond the material should be applied
as per manufacturer specification. All lots / bags of blended material should have certification

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-277
stamp from independent third party laboratories like Warrington Fire Research Lab (UK) / UL
(USA). (Approved make: NEWKEM/ GRACE).

39. Structural Steelwork Specification For Welded Structure:

39.1. The Steel structure should be made from Automatic continuous submerged arc H beam welding
machine and shall be factory primer/ painted on Automatic paint conveyer system.

39.2. This Specification covers the supply, fabrication transportation and erection at site of welded
structural steelwork, including the supply of approved consumables, electrodes, wires and
other materials required for fabrication and field connections of all structural steelwork covered
under the scope of the Specification. The shear connectors studs as specified in the drawing
shall also be welded in the shop.

39.3. Workmanship: All workmanship shall be in accordance with the best practices in modern
structural steel works. Accuracy shall be maintained in the manufacture of every part of the
work. The contractor shall not proceed with any welding until the Engineer-in-charge has
approved his welding plan, which shall include all information on welding procedures
equipment, additives and preheating during welding operation, details of non destructive
testing methods, precautions with regard to welding shrinkage, possible treatment of completed
welds by grinding, procedure and programme of welding sequence etc.

39.4. Templates: Templates used throughout the work shall be of Steel. In cases where actual
materials have been used as templates for drilling similar pieces, the Engineer-in-charge shall
decide whether such materials are fit to be used as parts of the finished structure.

39.5. Straightening: All materials shall be straight and free from twists, and if necessary, before
being worked, shall be straightened and/or flattened by pressure, unless required to be of
curvilinear form. Fusion faces and the surrounding surfaces within 50mm of the welds shall be
free from all mill scale and free from oil, paint or any substance which might affect the quality
of the welds or impede the quality/ progress of welding. These shall be free from irregularities,
which would interfere with the deposition of the specified size of weld or bethe cause of
defects. All mill scale within 50mm of welds shall be removed prior to welding, either by
pickling followed by thorough power wire brushing, or by other approved methods. If
preparation or cutting of the fusion faces is necessary, the same shall be carried out by shearing,
chipping, gas cutting or flame gouging. Where hand gas cutting or hand gouging is employed,
the blowpipe or gouging blowpipe shall be properly guided.

39.6. Shearing, Cutting and Planning: Cutting shall be done automatically. Cutting by shearing
machine may be used for plates not exceeding 10 mm in thickness provided that the plate edges
be fully enclosed in a weld. For Plates above 10mm, CNC plasma cutting shall beused
provided a smooth and regular surface free from cracks and notches is secured. Chipping of
edges of plates, wherever necessary, shall be done without damaging the parent metal.
Chipped edges shall be ground to a neat finish and sharp corners and hammered rough faces
shall be rounded off. The edges and ends of all cut/sheared plates shall be plained/ ground.
Edge preparation for welding may be done by machine controlled flame cutting, with edges

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-278
free from burrs should be clean and straight. The butting surfacesat all joints of girders shall
be planed so as to butt in close contact throughout the finished joint. The edges shall be
prepared, with an automatically controlled flame cutting torch, correctly to the shape, size and
dimensions of the groove, prescribed in the design and fabrication drawings. In case of U-
groove joints, the edges shall be prepared with an automatic false cutting torch in two phases,
following a bevel out with a gouging pass or by machining. The welding surfaces shall be
smooth, uniform and free from fins, tears, notches or any other defects, which may adversely
affect welding, and shall be free.

39.7. Assembly for Welding: Parts to be welded shall be properly assembled and held firmly in
position by means of jigs and clamps prior to and during welding.

39.8. Welding Procedure: All welding procedures shall be submitted to the Engineer-in-charge for
approval, well before starting fabrication. The welding procedures shall be arranged by the
Contractor to suit the details of the joints, as indicated in the drawings, and the position at
which welding has to be carried out. Welding procedure shall cover the following:

a. Type and size of electrodes


b. Current and (for automatic submerged arc welding) arc voltage
c. Length of run per electrode; or (for automatic welding) speed of travel
d. Number and arrangement of runs in multi run welds
e. Position of welding
f. Preparation and set-up of parts
g. Welding sequence
h. Pre or post heating
i. Any other relevant information.
j. Welding of 20 mm and more thick plates shall be done by beveling of edge to be welded.
The welding procedures shall be so arranged that distortion and shrinkage stresses are reduced
to the minimum. Any weld found defective shall be removed, by using either chipping hammer
or gouging torch, in such a manner that parent material is not injured inany way. Welding
shall not be carried out when temperature is below 10 degrees Celsius or surface is wet or
during periods of strong winds unless the work and the welder is adequately protected.

39.9. Welding: The welding shall conform to code, IS: 816 (1969) and IS: 9595 (1980) and other
applicable codes and standards, unless otherwise specified. As much work as possible shall be
welded in shops and the layout and sequence of operations shall be so arranged as to eliminate
distortion and shrinkage stresses. All electrodes/ wires / flux shall be kept under dry conditions.
Any electrode / wires /flux damaged by moisture shall not be used unless itis guaranteed by
the manufacturer that, when it is properly dried, there will be no detrimental effect. Any
electrode, which has part of its flux coating broken away or is otherwise damaged, shall be
rejected. Any electrode /wires/ flux older than six (6) months from the date of manufacture
shall not be used. Batch certificates for electrodes/ wires /flux shall be submitted by the
Contractor.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-279
39.10. Plate Construction: Automatic metal arc welding or submerged arc welding shall be employed
for fabrication of all members. Metal Inert gas welding may be done for short length where
access to the location of the weld does not permit metal arc welding subject to approval of
Engineer-in-charge.

39.11. Accuracy of Fit-Up: Parts to be fillet welded shall be brought into as close contact as
practicable, and the gap due to faulty workmanship or incorrect fit-up shall not exceed 1.5mm.
If greater separation occurs at any position, the size of fillet weld shall be increased at such
positions by the amount of the gap.

39.12. Jigs and Manipulators: Jigs and manipulators shall be used, where practical, and shall be
designed to facilitate welding and to ensure that all welds are easily accessible to the operators.

39.13. Ends of Butt Welded Joints: The ends of butt joints shall be welded so as to provide full throat
thickness. This may be done by the use of extension pieces, cross-runs or other approved
means.

39.14. Weld Face and Reinforcement of Butt welds: The weld face shall, at all places, be deposited
projecting the surface of the parent metal. Where a flush surface is required, thesurplus metal
shall be dressed off.

39.15. Testing of Butt Welds: Butt-welded joints are to be radiographically tested (or Phased
Array ultrasonic Testing) by the Contractor at his own cost in the presence of the engineer
in charge or his authorized representative, if desired by the engineer in charge. If such tests
indicate the joints to be defective, the cost of rectification of defective welds shall also be borne
by the Contractor. The agency for testing of welds shall be specified for approval by engineer-
in-charge.

39.16. Minimum Leg Length & Throat Thickness in Fillet Welds : The minimum leg length of a fillet
weld as deposited shall be not less than the specified size as per codal provisions. Inno case
shall a concave weld be deposited, unless specifically permitted. Where permitted, the leg
length shall be increased above that specified length, so that the resultant throat thickness is as
great as would have been obtained by the deposition of a flat-faced weld ofthe specified leg
length.

39.17. Dislodging: After making each run of welding, all slag shall be thoroughly removed and
the surface cleaned.

39.18. Quality of Welds: The weld metal, as deposited (including tack welds), shall be free from-
cracks, slag inclusions, porosity, cavities and other deposition faults. The weld metal shallbe
properly fused with the parent metal without under cutting or overlapping at the toes ofthe
weld. The surface of the weld shall have a uniform consistent contour and regular appearance.

39.19. Weather Conditions: Welding shall not be done under weather conditions, which might
adversely affect the efficiency of welding.

39.20. Qualification and Testing of Welders: The Contractor shall satisfy the Engineer-in-charge
that the welders are suitable for the work for which they will be employed, and shall produce

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-280
evidence to the effect that welders, have satisfactorily completed appropriate tests, as
described in IS:817 Part I (1992). The Engineer-in-charge may, at his own discretion, order
periodic tests of the welders and/or of the welds produced by them. Such tests shallbe at
the expense of the Contractor.

39.21. Supervision: The Contractor shall employ competent welding supervisors to ensure thatthe
standard of workmanship and the quality of the materials comply with the requirements laid
down in this document.

39.22. Machining of Butts and Bases: Splices and butt joints of compression members, depending
on contact for stress transmission, shall be accurately machined over the whole section. In
column bases, the ends of shafts together with the attached gussets, angles. channels etc., after
bolting and/or welding together as the case may be, shall be accurately machined so that the
parts connected butt over the entire surface of contact. Care shall be taken that connecting
angles or channels are fixed with such accuracy that they are not reduced inthickness by
machining by more than 0.8mm.

39.23. Requirement of Welded Joints: Apart from the requirements of welding specified under the
above sub clauses, sections above, the Contractor shall ensure the following requirements in
the welded joints.

a. Strength-quality with parent metal.

b. Absence of defects

c. Corrosion resistance of the weld shall not be less than that of parent material in an aggressive
environment.

39.24. Studs: Studs shall be used at interface of in-situ deck slab and plate girder to transfer the
longitudinal shear. Unless otherwise specified the material used shall have characteristic yield
strength of 385 MPa, minimum elongation of 18% and characteristic tensile strength of 495
Mpa.

39.25. Welding of stud shear connectors: Unless otherwise provided the stud shear connectors shall
be fusion welded to the plate girder using stud welding machine as per the manufacturer's
instructions. No other type of welding shall be permitted. The stud and the surface to which
studsare welded shall be free from scale, moisture, rust and other foreign material. The stud
base shallnot be painted, galvanised or cadmium plated prior to welding. Welding shall not be
carried out when temperature is below 10 degrees Celsius or surface is wet or during periods
of strong winds unless the work and the welder is adequately protected. The welds shall be
visually free from cracks and shall be capable of developing at least the nominal ultimate
strength of studs. The procedural trial for welding the stud shall be carried out when specified
by the Engineer-in-charge.

40. Structural Steel Work - Quality Control & Testing Requirements

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-281
40.1. The scope of work of these specifications is to establish the norms for ensuring the required
Quality Control through established testing norms of the welded structural steelwork by
Engineer-in-charge.

40.2. The contractor shall himself inspect all materials and shop work to satisfy the specified
tolerance limits and Quality norms before the same are inspected by Engineer-in-charge or
his authorized representative.

40.3. All materials, equipment and work of erection shall be subject to the inspection of theEngineer
in charge who shall be provided with all facilities including labour and tools required at all
reasonable times. Any work found defective is liable to be rejected.

40.4. No protective treatment shall be applied to the work until the appropriate inspection and testing
has been carried out. The stage inspection shall be carried out for all operations so asto ensure
the correctness of fabrication and good quality. Plate Girder dimensions and camber, if any,
shall not be finally checked until all welding and heating operations are completed and the
member has cooled to a uniform temperature.

40.5. Testing of material: All the materials shall be tested for mechanical and chemical properties
as per various IS codes as may be applicable and shall conform to requirements specified.
The cost of these tests shall be borne by the contractor.

40.6. Rivets, bolts, nuts, washers, welding consumables, steel forging, casting and stainless steel
shall be tested for mechanical and chemical properties as per the appropriate IS Code.

40.7. Rolling and cutting tolerance shall be as per relevant CPWD specifications or Indian Standards.
The thickness check measurements for the plate and rolled sections shall be takenat not less
than 15 mm from edge. For plates thicker than 25mm, Check for laminations in plates shall be
carried out by ultra-sonic testing or any other specified methods.

40.8. Steelwork shall be inspected for surface defects and exposed edge laminations during
fabrication and blast cleaning. Significant edge laminations found shall be reported to the
Engineer in charge for his decision. Chipping, grinding, machining or ultrasonic testing shall
be used to determine depth of imperfection.

40.9. Bolted connections: Bolts and bolted connection joints with high strength bolts shall be
inspected and tested according to IS: 4000. The alignment of plates at all bolted splice joints
and welded butt joints shall be checked for compliance with codal requirements.

40.10. Welding and welding consumables: Welding procedure, welded connection and testing shall
be in compliance with codal requirements. All facilities necessary for stage inspection during
welding and on completion shall be provided to the Engineer in Charge or his authorized
representatives. Adequate means of identification either by identification mark or other record
shall be provided to enable each weld to be traced to the welder(s) by whom it was carried out.

40.11. The contractor shall through appropriate planning and continuous measurements in the
workshop and the erection at site, ensure that the tolerance specified below are strictly adhered
to. Tolerances in dimensions of components of fabricated structural steel work shall be

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-282
specified on the drawings and shall be subject to the approval of the Engineer before
fabrication.

40.12. Dimensional & Weight Tolerance: The dimensional and weight tolerance for rolled shapes
shall be in accordance with IS: 1852, 808 etc. The acceptable limits of straightness for rolled
or fabricated members as per IS: 7215.

40.13. The structural steel shall comply in all respects with the requirements of approved drawings
and relevant codes and specifications and shall be procured from approved manufacturers only.
It may be noted that quality of raw steel used for fabrication shall be essence of the contract &
shall be strictly conforming to specified standard. Steel sections to be supplied by the
manufactures shall be tested as per codal provisions at the manufacture’s premises before
dispatch. The contractor on receipt of supply in his fabrication shop shall carry out necessary
control tests including ultrasonic testing as per codal requirements and verify them with the list
received from manufacturers. The rejected lot shall not be used and rejected lot shall be
immediately removed from fabrication shop. Only steel passed in all tests shall be used for
fabrication.

40.14. The contractor shall supply information in the technical package regarding source /
manufacturers from where procurement of steel is proposed.

40.15. Fabricator agency shall have in house facilities for all testing of weld, as detailed in this tender
document.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-283
SPECIAL CONDITIONS FOR FURNITURE WORK

Scope of work for the contractor in respect of Furniture work shall cover, but shall not be limited to
the following:

Residential Furniture for:

• SR Hostel (40 Nos, G+5, 1 block)


• Nurses Hostel (48 Nos, G+3, 1 block)

1. Queen Size Bed:


Providing, Supplying & Fixing Queen Size Bed with 2060mm X 1565mm X 905 mm/400mm(H). Head
Side is made of Prelaminated particle board of size 36mm thick i.e 18+18 dual board with PVC edge
banding of 2mm thick. Left, Right is made of Prelaminated particle board of size 18 mm thick with
PVC edge banding of 2 mm thick at upper side and 0.8 mm thick at lower side. Bed understructure is
made of a MS CRCA black powder coated frame of 1.5 mm thick for strength of bed. 25 mm pre
laminated particle board is used to divide the storage unit and 25 mm thick pre laminated particle board
is used to support the bed seat at both side i.e left and right. Two storage units with four manual openable
ports. Bed base is made of 12 mm thick prelaminated particle board in two parts. Bed shoe provided of
nylon base to avoid scratches on the floor.

2. Bed Side Table:

Providing, Supplying & Fixing Bed Side Table with Overall Size : Depth - 450mm, Width - 450mm, Height
- 450mm. Material : Body and drawer panels of Bed side table are made of 18 mm thick Prelaminated
Particle Board. All the exposed edges are edge banded with 0.8 mm thick PVC edge banding. Side panels
are made of 18 mm thick Prelaminated Particle board.
Hardware: High quality hardware used like Roller slides, Hinges , minifix, dowels is of make Hettich or
equivalent.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-284
3. Study Table:

Providing, Supplying & Fixing Study Table of size 1200mm x 600mm x 750mm having having wood
laminate finish the table top / work surface: Made from 25mm thick Prelaminated Particle Board with
PVC lipping.
Side panels: Made from 18mm thick Prelaminated Particle with PVC lipping.
Modesty Panel: Made from 18mm thick Prelaminated Particle Board with PVC lipping.
Wire manager with cut-outs shall be provided on both sides alongwith one no. free standing 3 drawer
prelam pedestal storage.

4. Study Chair:

Providing and Placing of Study Chair With PU Moulded Cushion on Seat with Outer Cover and Seat Foam
Density is 45 kg/m3, Polyester Mesh in Black Colour with 1D Adjustable Arms with Polyurethane Arm
Pads, Polyproplyne Integrated Height Adjustable Lumber Support, Adjustable Back Tilt Tension with 15-
20 degree tilt angle, Pneumatic Seat Height Adjustment with stroke of 95mm, Five Star Chrome Base,
Synchro-Tilt Mechanism, Single Point Locking Mechanism with Gas Lift. Overall Dimension-980mmH x
640mmW x 640mmD.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-285
5. Five Seater Sofa (3+2):

Supplying and placing a Three (03)+ Two (02) seater sofa that shall be constructed from natural hardwood
and commercial plywood having inner frame. The thickness of the wood should allow for the heavy tension
webbing. The sofa shall have spring attached and also be padded separately. The frame shall be padded
with high resilience polyurethane foam having density 40Kg/m³ in seat and 32Kg/m³ in back. There shall
be cushion arm padded with high resilience polyurethane foam having density 40Kg/m³. The complete
structure shall be fully upholstered with leatherite tapestry 1±0.2 mm thick and 571 GSM. The
understructure shall be supported by pipe frame leg of SS shiny chrome finish having cross-section area of
minimum 67mm X 13mm. There shall be shoe provided at the bottom to avoid scratches on the floor.

6. Coffee Table:

Providing / Placing Side Table made of 18mm thick Prelaminated particle Board with 10mm thick Clear
Toughened Glass Top of size 500mm x 500mm x 450mmH. Legs, Frame and bottom tie members are made
of 18mm thick prelaminated particle board fixed to the top with high-quality hardware like screws, metal
inserts, etc.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-286
7. Sofa Centre Table:

Providing / Placing Center Table made of 18mm thick Prelaminated Particle Board with 10mm thick Clear
Toughened Glass Top of size 1200mm(L) x 500mm(W) x 450mm(H). Legs,Frame and bottom tie members
are made of 18mm thick prelaminated particle board fixed to the top with high-quality hardware like screws,
metal inserts etc.

8. 06 Seater Dining Table:


Providing, Supplying & Fixing Canteen Table in Rectangular shape.Top of table shall be of 25mm thick
Prelaminated Particle Board of Interior Grade supported over Powder Coated understructure consisting of
Top Plate fixed with 2 Nos. of tri-leg assembly, made of CRCA Steel sheet 1.4mm thick with Powder
coating of minimum 60 microns. Legs are provided with levelers having a provision of leveling up to 15mm.
Size-1800x900mm

9. Canteen Chair:
Supplying & Placing Canteen chair with seat and back which shall be made of one piece injection
moulded polypropylene shell. The frame structure shall be supported on four legs made up of MS CRCA
chrome plated round pipe of Dia 20mm with 1.5mm thick. There shall be PPCP shoe provided at the base
to avoid scratches on the floor. The seat size shall be 390±10 mm(D) X 440±10 mm(W) and back size
shall be 440±10 mm(W) X 385±10 mm(Ht) from seat. Overall height shall be = 815±10 mm, overall
depth = 445±10 mm.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-287
Hospital & Office Furniture for:

• Hospital Building

1. Fowler’s cot:

BED-Dimension: Overall dimension: (L) 2221 x (W) 922 x (H) 611 mm


Functions : Two function bed with adjustable backrest 70deg & upper leg rest 24deg
Head board & foot board: Head board and foot board have a curved profile at the top made of MS ERW
round tubes of thickness 1.2 mm & dia 25.4 mm. Head board and leg board is further strengthened by 3
vertical pipes each of thickness 1.2 mm and dia of 19mm & 1 each Horizontal pipe of thickness 1.2mm
and dia of 25.4mm. The head and leg board have 4 nos mosquito pole holder.
Bed frame: Bed frame is made of MS ERW rectangular section tube of size 30mmx60mm of 1.6mm
thick. It has a Provision of 4 iv pole holders. It is strengthened by MS ERW Tube of 25.4 mm sq with 1.2
mm thickness
Lying surface: Lying surface is made of CRCA sheet of thickness of 1mm thick. This lying surface has
4 sections for bed profiling i.e. back adjustment, fixed pelvic section, upper and lower leg adjustment.
Lower leg rest section is Provisioned with Ratchet for leg rest adjustment. Mattress platform is
strengthened by tubular frame of size 25.4mm sq x 1.2mm thickness. It is strengthened by trapezoidal
contour (rounded corner) 14 nos, embossed cut out. All metal components is be pre-treated with zinc
phosphating and then powder coated with epoxy polyester powder coating.
Mechanism: The backrest and leg rest are operated with the help of lead screws and crank mechanism.
Lead screws should be made from EN8 and ACME threads with roll formed.
Handles: All the functions are operated with the help of single ergonomically dedicated handles, which
are made of metal inserted PP co polymer , it's lever are snap locked when not in use. All the handles
are Provided with operating guidance stickers
Castors: There is High endurance, metal castors of 125mm wheel dia having Provision for diagonal
locking system.
Urine bag holder: The bed have urine bag holder on both side of the bed.
Welding: To ensure quid quality welding " Co2 Argon" process is adhered to.
Powder coating : All metal components are pre treated with zinc phosphating in 9 tank process and then
powder coated with epoxy polyester powder coating .
Packing : Goods are supplied in knocked down construction to reduce carbon emission.
MATTRESS: Overall dimension should be (W)1965*(W)830*(H)100 The bed is Provided with 40
density 100 mm thick PU foam mattress which is covered by heavy helium material which is water
proof, flame retardant, vapour & X-ray permeable. The zip & stitches for the mattress cover is concealed.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-288
2. ICU Cots:

Overall dimensions: (L)2241 mm X ( W)1050 mm X (H) Adjustable from 498 mm to 758 mm.5
function mechanically operated bed: Backrest, Leg rest , High-Low, Trendelenburg, Reverse
Trendelenburg. Note: Height of bed for TR and ATR is 650mm from the ground and above.Min ht:
should be 490 mm; Max ht: 750 mm without mattress. Back rest angular movement: 65 deg; Knee rest
angular movement: 30 deg. Trendelenburg 12 degree and Reverse Trendelenburg 8 degree. Safe working
load should be 200 kg Patient load bearing capacity: 135 kg.
All edges in contact with patient to be rounded safely. Head & Foot board should be made of blow
molded Poly polypropylene. Head board and foot board should be with metal inserts to mount it on bed
frame. Removable PP head board and foot board should have cut out, for better gripping. Bed frame
should be made of MS ERW tube of size 50mmx25mm of 2 mm thick supported with ERW square tube
with 25 mm x 25 mm and 1.2 mm thick. All corners of bed frame are Provided with bumper mounting
holders and it should have Provision for iv pole holders.
Base frame should be made of MS ERW tube of size 30mmx60mm of 2mm thick. Base frame should
have ground clearance of greater than 150 mm to avoid any obstruction during bed movement. Base
frame should have Provision to mount oxygen cylinder cage as optional accesory. It should have
Trendelenburg indicator guide.
Bed lying surface be made of PP injection mould . These lying surface has sections for bed profiling i.e.
back adjustment, fixed pelvic section, upper and lower leg adjustment. Lower leg rest section is Provided
with Ratchet for leg rest adjustment with a single hand operation to achieve the position. Mattress
platform is strengthened by frame of size 25 mm x 25 mm and 1.2 mm thick.
Bed mechanism is made of linkages which are made by HR MS flat of size 40mmW x 10mm thick. This
mechanism should be operated with the help of lead screws and crank. Lead screws should be made from
EN8 and ACME threads roll formed. The manual function is operated with the help of an ergonomical
handle, which is made of metal inserted PP polymer, it should be snap locked when not in use. There
should be operating guidance sticker for the manual operation.
4 TPE rotating bumpers of dia 92mm height 69mm with 40-50 shore hardness are Provisioned at four
corners to protect the bed and patient from impact and avoid damages to wall.
Single Handle Provided with the bed to operate manual function on crank made of PP injection molded.
Handle should be snap locking which can be kept in folding position when not in use. Handle parking
Provision to be given in bed. The bed should be Provided with 125mm wheel dia, single wheel ,plastic

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-289
polymer with metal insert castors. Out of 4 castors two should be with brake, mounted at diagonally
opposite position.
The bed should be provided with PP molded side boards of 4 no's providing full coverage to bed. These
side boards should be integrated with drop down mechanism for easy operation. The side boards should
be provided with angle indicators
The bed should have MS powder coated urine bag holder on both side of the bed for ease of accessibility.
To ensure quid quality welding " Co2 Argon" process should be adhered to. All metal components
should be pre-treated with zinc phosphating in 7 tank process and then powder coated with epoxy
polyester powder coating.
Proof loading test , cycle tests , impact test, horizontal & vertical load tests for side rails, salt spray test,
castor break test, pull test for head and foot board.
The bed has Provision for front loading medium sized ms made oxygen cylinder cage as optional
accessory. The bed should have Provision for Telescopic IV pole made of Stainless steel to mount saline
bags.
The manufacturer should have following certificates.
ISO 13485:2016 Medical Devices: Quality Management Systems - Requirements for regulatory purposes.
CE Certificate from European certifying agency with 4-digit registration code.

3. Crash Cart:

Advanced emergency cart constructed of CRCA Powder Coated MS Sheet of thickness 1.2mm. overall
dimension of L 1037 W x 672 H x 1435 mm. Should have 5 drawers with drawer configuration: 2 small
(390(L) x 600(W) x 71(H)mm) + 2 medium (390(L) x 600(W) x 149(H)mm) + 1 Large (390(L) x 600(W)
X 227(H)mm). All drawers should be lockable through central locking. Should have anti-tilt mechanism.
should have minimum five drawer with adjustable acrylic separators. Should have cam lock type central
locking mechanism for drawers Provided with 100 security seal tags
Should have following accessories items.

• Defibrillator shelf with monitor straps, sharps container – 2qty.


• Oxygen cylinder holder,
• Cardiac chest board made of compact laminate, push/pull writing surface, utility tray, document
holder, catheter holder., a waste bin discarding syringes and gloves.
• Wire wounder and mounting screws for spike guard.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-290
• Cart should have ABS vacuum formed top tray of thickness 3mm,
• Aluminum push handle of dia. 25mm built into the end panel for smooth stable movement. Pullout
writing surface top. cart should be light, sturdy, scratch and dent resistant.
• Should have 4 TPE corner bumpers for collision protection, Single wheel front locking castors
should have 125mm diameter to facilitate quiet and easy movement.
• ABS grade made top sheet with 3mm thickness should be used.
• MS Cylinder case should be used with 2 Velcro straps to hold the cylinder with a foam padded
base.
• SS 304 grade pipe of section 16mm & thickness of 1.6mm should be used to to mount IV rod. High
endurance anti-static,
Aluminum handle pipe should have section of 25mm with length of 365mm & should have thickness of
1mm giving a glossy finish. Metal parts should be pre treated and powder coated with epoxy polyster pwder
coat. Safe working load must be 55kgs.
Additional accessory: Spike guard/Extension board

4. Office Chairs:

Seat assembly: the seat should be made of injection molded plastic outer & inner. plastic inner should be
upholstered with fabric and moulded polyurethane foam of density 67±2 kg/m³,and hardness load 16 ± 2
kgf for 25% compression. Seat size : 46.0 cm. (w) x 48.0 cm. (d) net high back assembly(3102am): the
back should be made 3.5±0.03cm x 1.5±0.02cm x 0.2±0.016cm of MS ERW oblong tube. The Product
shall be Greenguard by UL Certified. it should be upholstered using net fabric with high tenacity yarn.
back size (for 3102am): 43.0 cm. (w) x 60.0 cm. (d) back high resilience (hr) polyurethane foam: the hr
polyurethane foam should be moulded in density 67±2 kg/m³, and hardness load 16 ± 2 kgf for 25%
compression.
Armrests (adjustable): the armrest top should be moulded from polyurethane(pu) and mounted on to a drop
lift adjustable type tubular armrest support made of ∅3.81±0.03 cm x 0.2±0.01 cm thk ms erw tube. the
armrest height should be adjustable up to 6.5±0.5cm in 5 steps.
Active bio-synchro mechanism: the adjustable tilting mechanism should be designed with the following
features: . 360° revolving type, front-pivot for tilt with feet resting on ground and continuous lumbar support

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-291
ensuring more comfort, tilt tension adjustment can be operated in seating position, 5-position tilt limiter
giving option of variable tilt angle to the chair, seat/back tilting ratio of 1: 2.
The mechanism housing should be made up of hpdc aluminum black powder coated.seat depth adjustment:
seat depth adjustment should be integrated in the seat through a sliding mechanism. seat depth adjustment
range should be of 6.0±0.5 cm. adjustable back support (for 3102): back frame should be connected to
the up/dn mechanism housed in plastict spine. it can be adjusted in the range of 7.42±0.5 cm for the
comfortable back support to suit individual need. pneumatic ht. adjustment: the pneumatic ht adjustment
has an adjustment stroke of 10.0±0.3 cm.
Pedestal assembly: the pedestal should be injection moulded in black 33% glass-filled nylon 66 and fitted
with 5 nos. twin wheel castors. the pedestal should be 66.1±0.5 cm pitch-center dia.(76.1±1.0 cm. with
castors. twin wheel castor: 5 nos. twin wheel castors should be injection moulded in black pp having
6.0±0.1cm wheel diameter and assembled to pedestal.Overall Dimensions of Chair-Seat Height - 43.6-
53.6cm.Height - 97.3-114.8cm.
Width-76.1 cm and Depth-76.1 cm. The product shall be BIFMA Level Certified. The product shall be
GRIHA Certfified.

5. Doctor’s chair:

Seat Assembly: The Cushioned seat should be made of Injection molded Plastic outer & inner. Plastic Inner
should be upholstered with leatherette and moulded High Resilience (HR) Polyurethane foam of Density
45±2 kg/m3, and hardness load 16 ± 2 kgf as per IS:7888 for 25% compression.
Seat size : 47.0 cm. (W) x 48.0 cm. (D)
Back Assembly: The Cushioned back should be made of PU Foam with in-situ molded MS E.R.W Round
Tube of size 1.9±0.03cm x 0.16 ±0.0128cm. It upholstered with Leatherette.
High Back Size: 47.7 cm. (W) x 76.4 cm. The product shall be GRIHA Certified.
Armrests: The armrest top should be moulded from polyurethane (PU) and mounted on to a drop lift
adjustable type tubular armrest support made of 03.81±0.03 cm x 0.2±0.01 cm thick M.S. E.R.W tube
having chrome plated finish. The armrest height adjustable up to 6.5±0.5cm in 5 steps.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-292
Active Bio-Synchro Mechanism: The adjustable tilting mechanism should be designed with the following
features: The Product shall be Greenguard by UL Certified.
360' revolving type.

• Front-pivot for tilt with feet resting on ground and continuous lumbar support ensuring more
comfort.
• Tilt tension adjustment can be operated in seating position.
• 5-position Tilt limiter giving option of variable tilt angle to the chair.
• Seat/back tilting ratio of 1: 2 • The mechanism housing should be made up of HPDC Aluminium
black powder coated.
Seat Depth Adjustment: Seat depth adjustment should be integrated in the seat through a sliding
mechanism. Seat depth adjustment range should be of 6.0±0.5 cm.
Adjustable Back Support: Back Frame should be connected to the Up/ Down mechanism housed in Plastic
T spine. It can be adjusted in the range of 7.42±0.5 cm for the comfortable back support to suit individual
need.
Pneumatic Ht. Adjustment: The pneumatic height adjustment has an adjustment stroke of 10.0±0.3 cm.
Pedestal Assembly: The pedestal should be High Pressure Die cast polished Aluminium and fitted with 5
nos. twin wheel castors. The pedestal should be 65.0 ± 0.5cm. pitch-center dia.(75.0 ± 1.0cm. With castors.)
The product shall be BIFMA Level Certified.
Twin Wheel Castors: The twin wheel castors should be injection moulded in black PP having 6.0± 0.1cm
wheel Diameter.

6. Patients Waiting Steel Bench with back rest & multi seating:

SEAT SHELL : The seat shell should be a welded assembly of seat,back and side frame. The seat and back
should be made of 0.12±0.013cm thk CR steel sheet with oblong perforations. They should be welded to
sideframe of size 3.2±0.05cm x 0.5 ± 0.05 cm thk HR steel. The welded assembly should be powder coated
( DFT 40-60 microns ).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-293
The seat has a front water fall edge to provide popliteal clearance for comfortable seating. It also has a
buttock support curve that not only provides rear support but also prevents small children from falling
through the gap between seat and back. Clean and flat surfaces of seat and back aids in easy maintenance.
SEAT SIZE : 47.8 cm (W) x 44.6 cm (D) * BACK SIZE : 41.6 cm (W) x 23.0 cm (H)
UNDERSTRUCTURE ASSEMBLY: Understructure assembly should be of connecting beam and leg
assembly made of M.S. E.R.W. oblong tube of size 7.5±0.03cm x 2.5±0.03cm x 0.2±0.016cm thk. The
welded structure assembly should be powder coated ( DFT 40-60 microns ).The leg assembly should be
fitted with shoes and levellers in Nylon. The leg structure should be designed with minimal should be a of
contact close to ground providing easy access for cleaning purposes.
The shoes fitted to leg assembly help in aligning the structure for back to back arrangements. Levellers take
should be of uneven flooring. Connecting beam should be fitted with snap locking end cap.lt also aids in
side-by-side understructure alignment
ARM REST ASSEMBLY: Armrest assembly should be of armrest frame and armrest pad . The armrest
frame should be made up of size 3.175±0.05cm x 0.47±0.027cm thk HR steel and it should be powder
coated ( DFT 40-60 microns ). Armrest pad should be injection molded in Nylon and should be fitted onto
the armrest frame.

7. Stretcher/Patient Trolley (SS):

Overall dimension is 2005 mm (L) x 666 mm (W) x 830 mm (H). It is a removable stretcher on trolley
mounted on castors.. The trolley is made of 31.75 mm & 25.5 mm dia 1.6 mm thick & 1.6 mm thick ERW
tube. The castors are 200 mm dia diagonal lockable castors.
The stretcher under structure should be made of 25.4 mm dia 1.6 mm thick ERW tube and the top is made
of 1.2 mm thick CRCA sheet. The stretcher has a Provision to mount IV pole at four corners. The product
is pre treated and powder coated with Epoxy polyester powder coating.
The maximum load bearing capacity is 135 kg.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-294
8. Medicine Almirah:

Overall dimensions of 916 mm W x 1981 mm H x 486mm D and have transparent doors and sides with
steel frame work. Transparent portion of this cupboard is made of Acrylic of 4mm thick. This cabinet have
5 adjustable acrylic shelves each of 6 mm thickness. Three way lock is Provided of 6 levers. In the front
door there is 4 acrylic sheets and 2 each on both the sides. Metal used is of CRCA and powder coated for
finish. To be Provided with rubber shoes to prevent direct contact of cabinet and floor.

9. Stores Almirah:

Cupboard shall have an overall size of 916mm(W)x486mm(D)x1981mm(H) with welded construction. It


should have the shelf thickness of 0.7 mm, Back thickness of 0.8mm, Door thickness of 0.8mm (high yield
strength) and all other components shall have a thickness of 0.9mm. The Product shall be Greenguard by
UL Certified. These components shall be made of CRCA ‘D’ grade high yield strength as per IS:513. The
Cupboard should have a Mazak handle and Three way locking mechanism with Shooting Bolts. It should
have a height wise adjustable shelf mounting which shall have a Uniformly Distributed Load Capacity of
max 40 Kg. It should also have a M10 Screw type Leveller with Hex plastic base. The finishing shall include
Epoxy powder coated to the thickness of 50 microns (+/- 10). Plenty of colour options and shelving options
shall be available. The product shall be GRIHA Certfified.

10. Steel Cup-board:

Cupboard shall have an overall size of 916mm(W)x486mm(D)x1981mm(H) with welded construction. It


should have the shelf thickness of 0.7 mm, Back thickness of 0.8mm, Door thickness of 0.8mm (high yield
strength) and all other components shall have a thickness of 0.9mm. The Product shall be Greenguard by
UL Certified. These components shall be made of CRCA ‘D’ grade high yield strength as per IS:513. The
Cupboard should have a Mazak handle and Three way locking mechanism with Shooting Bolts. It should

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-295
have a height wise adjustable shelf mounting which shall have a Uniformly Distributed Load Capacity of
max 40 Kg. It should also have a M10 Screw type Leveller with Hex plastic base. The finishing shall include
Epoxy powder coated to the thickness of 50 microns (+/- 10). Plenty of colour options and shelving options
shall be available. The product shall be GRIHA Certfified.

11. Basin with stand (SS):

Overall Sizes Base circle dia 425 mm X (H) 850 mm for two tier basin stand.Four legged basin stand to be
mounted on castor for easy portability. Basin stand has more volume to occupy the material.2no.s of SS
202 Spin section bowl should is used having thickness of 0.8mm minimum.Stand tubes to be made of SS
304 of having a thickness 1.4mm.Safe working load 20kg

12. Wooden Cup Board:

Overall Size:Width : 88.1cm Depth : 54.8cm Height : 191cm


Material:3 Body panels are made of 18 mm thick Prelaminated Particle Board 1S:12823 Class E1 (as per
EN13986). All the exposed edges are edge banded with 0.8 mm thick PVC edge banding glued with Hot
Melt EVA glue.
Door are made of 18 mm thick Prelaminated Particle board IS:12823 Class E1 (as per EN13986) with all
the exposed edges are edge banded with 0.8 mm thick PVC edge band glued with Hot Melt EVA glue.
Drawer components are made of 18 mm thick Prelaminated Particle Board 1S:12823 Class E1 (as per
EN13986) .All the exposed edges are edge banded with 0.8 mm thick PVC edge banding glued with Hot
Melt EVA glue. Body back and drawer bottom are made of 9 mm thick Prelaminated particle board
IS: 12823 Class E1 (as per EN13986). Hardware: The high quality hardware used like Roller slides, Hinges,
minifix, wooden dowels is of make Hettich or equivalent. Lock used for middle door is 3 way lock. Lock

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-296
used for right hand door and drawer is cam lock. Construction: Knock Down construction. Packets: 4
packet. Finish :18 mm thick Prelaminated Particle Board 1S:12823 Class E1 (as per EN13986) is in Imperial
Oak shade. Lipping shade is as per approval.

13. Saline Stand (SS):

Telescopic height adjustable saline stand mounted on castor. Over all dimension is 652 mm dia base circle
with ht adj from 1655 mm to 2365 mm.
The 5 prong bottom frame is of 1.6 mm thick stainless steel and the lower basement made of 31.75 mm dia
with 1.6 mm thick ss tube. Five nos.high endurance anti-static plastic molded 50 mm castors are Provisioned
with dual locking.
The telescopic rod is 19 mm dia , 1.6 mm thick SS 304 grade tube with locking knob. 2 nos hooks are
Provisioned for hanging saline bags. The telescopic tube have plastic bush at the bottom which Provision
smooth linear motion during ht adjustable.

14. Racks -Steel:

Providing and placing of Rack. slotted angle steel open racks


6ft Height X 3ft Length X 1ft 6Inch Depth. The loading level shall be 5 Nos. The loading levels shall be
height adjustable.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-297
15. Three-seater sofa:

Seat foam: the seat should be made of PU foam with density 32 ± 2 kg/cu.mtr having an additional top
layer of PU foam with density 28 ± 2 kg/cu. seat should be upholstered with fabric or leatherette. 2) back
foam: the back should be made of pu foam with density 28 ± 2 kg/cu. mtr with two additional top layer of
supersoft foam of density 23±2 kg/cu. mtr, upholstered with fabric or leatherette
Understructure: Understructure should be made up of 1.2±0.1 cm. thick hot pressed plywood ocp-qlta-
pl14-18 4. dia 4mm zigzag spring assembly should be mounted in understructure for support and additional
cushioning purpose leg assembly: it should be a welded assembly made in stainless steel (grade ss 202)
tube & plate. Width (W): 205.5 CM. Depth (D): 92.0 CM. Height (H): 82.0 CM. Seat Height (SH): 45.0
CM.

16. Computer table:

Table without CPU Hanger size shall be 1200 Width mm x 600 Depth mm x 728 Height mm. Top shall
be 18 mm thick Pre laminated particle board all work surface edges shall be having duly sealed with 2 mm
thick PVC edgebanding. The Product shall be Greenguard by UL Certified. Understructure Modesty Panel
18 mm thick Pre laminated particle board . The Rectangular frame shall be fabricated component in 1.2
mm thick CRCA , Finish : powder Coat( epoxy polyster) . Leg shall be fabricated component in 38 mm x
25 mm 1.2 mm thick MS ERW ATube ,finish powder coat ( epoxy polyster).The plastic cap for cable travel
shall be injection moulded polypropylene and leveler glide for shall be nylon 6 & MS bolt. The storage
shall be having shell and drawer tray 0.6 mm thick CRCA Finish powder coat (epoxy polyster) plus the
drawer front shall be 0.8 mm thick CRCA Finish powder coat (epoxy polyster) plus lock with 10 lever and
handle and leveller. The wire management shall be horizontal wire carrier 0.7 mm thick CRCA Finish
powder coat (epoxy polyster) and vertical wire carrier 0.8 mm thick CRCA Finish powder coat (epoxy
polyster).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-298
17. Office Table:

Office Table with CPU Hanger size shall be 1500 Width mm x 750 Depth mm x 728 Height mm . Top
shall be 18 mm thick Pre laminated particle board all work surface edges shall be having duly sealed with
2 mm thick PVC edgebanding. Understructure Modesty Panel 18 mm thick Pre laminated particle board .
The Product shall be Greenguard by UL Certified. The Rectangular frame shall be fabricated component in
1.2 mm thick CRCA , Finish : powder Coat( epoxy polyster) . Leg shall be fabricated component in 38 mm
x 25 mm 1.2 mm thick MS ERW ATube ,finish powder coat ( epoxy polyster).The plastic cap for cable
travel shall be injection moulded polypropylene and leveler glide for shall be nylon 6 & MS bolt. The
storage shall be having shell and drawer tray 0.6 mm thick CRCA Finish powder coat (epoxy polyster) plus
the drawer front shall be 0.8 mm thick CRCA Finish powder coat (epoxy polyster) plus lock with 10 lever
and handle and leveller. The wire management shall be horizontal wire carrier 0.7 mm thick CRCA Finish
powder coat (epoxy polyster) and vertical wire carrier 0.8 mm thick CRCA Finish powder coat (epoxy
polyster) . The product shall be GRIHA Certfified.

18. Doctor’s Table:

Table size shall be 1500 Width mm x 750 Depth mm x 740 Height mm .Table top shall be 25 mm thick
plain particle board (PPB) Clad with 0.6 mm thick post formed laminate and 1 mm thick backing laminate
(bdl) .Flat edge Duly sealed with 2 mm thick PVC beading. The modesty shall be 18 mm thick plain particle
board (PPB) Clad with 1.0 mm thick decorative laminate (DL) on both sides. Edge Sealed with 2 mm thick
PVC beading.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-299
19. Linen Almirah:

Cupboard shall have an overall size of 916mm(W)x486mm(D)x1981mm(H) with welded construction. It


should have the shelf thickness of 0.7 mm, Back thickness of 0.8mm, Door thickness of 0.8mm (high yield
strength) and all other components shall have a thickness of 0.9mm. The Product shall be Greenguard by
UL Certified.These components shall be made of CRCA ‘D’ grade high yield strength as per IS:513. The
Cupboard should have a Mazak handle and Three way locking mechanism with Shooting Bolts. It should
have a height wise adjustable shelf mounting which shall have a Uniformly Distributed Load Capacity of
max 40 Kg. It should also have a M10 Screw type Leveller with Hex plastic base. The finishing shall include
Epoxy powder coated to the thickness of 50 microns (+/- 10). Plenty of colour options and shelving options
shall be available.The product shall be GRIHA Certfified.

20. Filing Cabinets (for records):

Vertical Filing Cabinets which use less floor space. Size of 4 Drawer VFC shall be 1320mm(H) X
470mm(W) X 620mm(D). All the components shall be made of CRCA . It should have 1 Point Locking
Mechanism and a Rigid Knock Down Construction. The Top, Side & Drawer Front thickness should be
0.7mm. . The Frames, Drawer-inside cover and Side Back Side thickness should be 0.6mm. The Back,
Bottom and Drawer thickness should be 0.5mm. Easy to grip Full length Recess Handle shall be integrated
into Metal Drawer for easy pull out convenience. There shall be a Snap on type plastic label holder on
Drawer Fronts. In addition, 28 ‘Ezee’ / ‘Visa’ files (Foolscap) from front to back of thickness 20mm per
drawer can be hanged in VFC. The Centralized locking System shall be provided along with Shooting Bolt
Mechanism and 10 Lever Cam Lock. The VFC should have anti-tipping arrangement which ensures that
when one drawer is opened for use, it does not allow other drawers to be opened. The High Quality Precision
Ball Slide shall be provided with Drawer Load capacity of max 40 kg and UDL for 75,000 cycles (BS).
Plain Triangular plate pop should be riveted at the bottom corners for rigidity. Optional Accessories like
Drawer Partition and Cradle for hanging A4 file folders front to back should also be available. The finishing
shall include Epoxy powder coated to the thickness of 50 microns (+/- 10).

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-300
21. Duty Table for Nurses:

Table size shall be 1200 Width x 600 Depth x 740 Height . The top shall be made from 25 mm thick pre-
laminated board . All the edges are sealed with 2 mm thick PVC edge band all around . Side panels shall
be made from 25 mm thick pre- laminated particle board . All the edges are sealed with 2 mm thick PVC
edge band on the user side and 0.8 mm on the top and bottom side .The side panels have 2 glide screws
each for levelling of the desk. Modesty panel shall be made from 18 mm thick pre- laminated particle
board. All the edges are sealed with 0.8 mm thick PVC edge band all around. Freestanding Pedestal shall
be made from 18 mm pre- laminated particle board with a combination of 2 mm and 0.8 mm PVC edge
band on all the exposed surfaces as per requirement. The drawers are provided with suitable slides for
smooth operation . All the pedestal drawers are centrally locked with a single key.

22. Medicine Trolley (SS):

Overall dimension: - 902mm(L) X 532mm(B) X 915mm(H) mm. Top shelf & bottom shelf is made of
SS304 sheet with 1mm thickness & 1.2mm. Rest of the components like supporting legs, horizontal bar
handle is made of SS 304 pipe having dia 31.8, 12.7 mm respectively. The castors of high quality plastic
injected molded & anti static having the dia of 125mm is used. Handles made of SS 304 pipe having section
of 16mm & thickness of 1.2mm is used. Max load bearing capacity 40 kg.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-301
23. Multi-locker almirah (8-12 lockers per almirah):

Overall size of 4 Door PLU + Lkr (Base) shall be 380mm(W)x450mm(D)x1830mm(H). The Product shall
be Greenguard by UL Certified. Stackability shall have add - on units that can be stacked width wise to
form bank of lockers having common side panel. Locking shall have 10 Lever cam lock with lock lever
plus option of hasp arrangement. Material shall be CRCA 0.6 mm thickness. Construction shall be Rigid
Knockdown construction, shelf shall be uniformly distributed load capacity per each shelf level is 35 Kg
maximum. Finish shall be epoxy polyester powder coated to the thickness of 50 microns . Handle/Label
holder shall be Aesthetically appealing Snap fit ABS plastic handle . Ventilation shall be attractive punched
pattern for ventilation .

24. Examination Couch (SS):

Overall dimension 1975 mm (L) x 560 mm (W) x 805 mm (H). Examination couch with three drawers with
three cabinets, inbuilt step stool and BP tray holder. The base frame is made of 30 mm x 30 mm X 1.6
thick ERW tube. The cabinets is made of 1 mm thick CRCA sheet with recessed plastic handles and with
lock and plastic door latch. the hinges of the cabinet are made of sheet metal and pin arrangement. The
internal dimension of the two side cabinets are 422 mm (W) x 455 mm (D) x 540 mm (H).
The storage cabinet unit is mount tubular base frame.The head rest is adjustable on gas spring which is
actuated with C shaped handle lever. The drawers is made of 1 mm thick CRCA sheet with recessed plastic
handles and work on double extension ball slides for smooth glide. the internal dimension of the drawer are
330 mm (W) x 427 mm (D) x 92 mm (H). The mattress platform is 65 mm thick which is made of 12 mm
thick ply and PU foam and covered with Leatherite cover. The cover is water resistant, fire retardant, anti
microbial . The end of the top mattress surface is tapered end edge for ergonomic benefit.
There is ss304 made tissue roll holder present on the lower side of the back rest. There is 1 mm thick CRCA
made step stool with leveler with double extension ball slide for smooth operation.There is 1 mm thick
CRCA made BP apparatus holder which has adjustable in height on a SS made height adjustable rod.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-302
Total load bearing capacity of 135 kg. The examination couch should be Provision with six numbers
levelers made of metal & plastic for adjustment on the uneven floor. All the metal parts should be pre
treated and powder coated with epoxy polyester powder coating.

25. Bed Side Lockers (SS):

Overall dimensions is 400mmW x 400 mm D x 835mm H.The Locker has one cabinet unit fitted with Cam
lock. The legs are fitted with plastic leg bushes.The locker top is of 0.8mm thick SS 304 Grade sheet . The
SS sheet is finished in buff-Matt finish The top has raised border of 10mm height on three sides.Cabinet
are made of 1 mm thick CRCA sheet . It is fitted with hinge door and lock. The door have louvers for
ventilation. It is Provided with recess to serve as handle. Back of the locker are Provided with vertical
spacer made of nylon.it has uniformly distributed total load bearing capacity of 20 kg.To ensure quid quality
welding " Co2 Argon" process is adhered to.
All metal components have pre treated with zinc phosphating in 7 tank process and then powder coated
with epoxy polyester powder coating.goods are supplied in knocked down construction to reduce carbon
emission. proof loading test , cycle tests , impact test, horizontal & vertical load tests for side rails, salt
spray test, castor break test, pull test for head and foot board.

26. Stools Revolving:

Overall Dimension: Overall Sizes Diagonal Leg Dia 538 mm H470 min-655max. Top plate made of SS
304 made sheet with spin section of thickness 1mm & non corrosive. It has a diameter of 305mm, seat base
made of MS ring and rectangular tube. EN8 Screw having dia of 22 mm is used for height adjustment of
the seat base. The round hub made of MS ERW tube having dia of 38mm and thickness 2 mm. The Hub
is welded with the legs and it accommodate and cover the lead screw mechanism. The under-structure
consist of 4 legs made up of MS ERW tube of diameter 25.4 mm and 1.6mm thick. The press formed pipe
leg give a round & clean look. All the legs is Provided with 4 nos of Nylon-6 bush. All metal components
are pre treated with zinc phosphating in 7 tank process and then powder coated with epoxy polyester
powder coating . Safe working load is 135kg

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-303
27. Wheel Chair (SS):

Over all dimension is (L) 790mm x (W) 600mm x (H) 870mm foldable frame structure is made of section
22x1.2mm A3 carbon steel with chrome finish. Cross bar made of A3 carbon steel with section 25.4 x
1.2mm. The Rear wheel is made of 24 inch Solid mag wheels with alloy in the rim. Integrated hand rim is
Provided to drive the wheel chair of section 16x1.2mm A3 carbon steel with chrome finish the front wheel
is of 8 inch HUB made of PA polymer and outer with solid rubber PU molded arm rest & base made of
ABS for better arm support there is Leatherite strap for calf rest & Leatherite cushion for seat the foot rest
is Adjustable aluminium die cast foot rest with up down & swivel type mechanism Push Handles is made
of molded rubber grip to push the wheelchair Hand brakes is Provided to lock the wheelchair at desired
location. structure is made of MS with Anti rust chrome finish safe working load is 100kg

28. Instrument Trolley (SS):

SS 304 sheet is used at top for the placement of the instruments being used & also for easy portability. SS
304 sheet is at the top as well as bottom shelf for keeping the instrument being used. Horizontal bars is
welded with legs to Provide protection at sides with supporting legs for sturdy structure. Castors of 125mm
Dia. is used for easy in movement. Spin section should be Provided to the bowl giving a aesthetic look &
also bucket is Provided with removable lid & a handle to lift the bucket.
Overall Dimension is 1156 mm X 531mm X 915mm H. The Top and bottom shelf is 1 mm thick SS 304
sheet, the shelf size is 755 mm x 467 mm. The supporting legs is 31.08 mm Dia. 1.2 thick SS 304 tube. The
horizontal bar is 12.7 mm dia 1.2 mm thick SS 304 tube. to support top & bottom shelf. Maximum safe
working load is 40kg. the shelf have 10 kg load and bowl & bucket have capacity of 5 kg load.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-304
29. Plastic Chair:

The seat and back are made uo injection moulded high impact strength polypropylene polymer compound
with indoor grade UV Resistance. The Powder coated (DFT50+ microns) welded tubular frame is made
from 2.22 + 0.03 cm x 0.16+/- 0.0128cm and 3.5+/- 0.03 cmx1.5+/-0.03 cm x 0.16 +/- 0.0128 cm
M.S.E.R.W tube. The Shoes are made of high impact strength polypropylene polymer compound with
indoor grad UV Resistance and pressed fitted with tubular frame.
SIZE: (W)52.5cm*(D)55.8cm*(H)84.5cm*(seat H) 45.0 cm Seat Size 52.5cm(W)*53.2 cm(D) Back Size
51.6 cm(W)*40.5 cm (H) The Product shall be Greenguard by UL Certified.

30. Wooden registration counters:

Table - T 104 size shall be 1665 Width x 900 Depth x 750 Height . The top panels shall be made from 25
+/- 0.5 mm thick Pre - laminated boards as per with 2 mm thick PVC edge banding on all sides. Under
structure shall be made from 0.9 mm +/- 0.09 mm thick powder coated 50 microns (+/-10) CRCA MS.
Tubular Frame shall be sq. 25.4 +/- 0.3 mm x 1.2 +/- 0.096 mm thick MS ERW tube .Modesty panel shall
be made from 1.0 +/- 0.09 mm thick powder coated 50 microns (+/- 10). The Storage shall be having shell
0.5 +/- 0.07 mm thick CRCA MS plus drawer tray 0.5 +/- 0.07 mm thick CRCA MS plus drawer front 0.8
+/- 0.1 mm thick CRCA MS. Also, there should be 10 lever cam lock plus handles built in plastic.

31. Blood Donor couch:

Overall dimension: (L) 2100mm x (W) 750mm x (H) 1340mm

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-305
Seat width 640mm, armrest (L) 500mm x (W) 150mm
This chair has electrically operated Backrest, largest and height adjustment which can be easily operated
using the remote handset. It should have structural Frame made of CRCA MS epoxy powder coated pipes
mounted on castor wheels. It should have enclosures made with vacuum formed ABS with PU Paint . The
chair should have Upholstery with molded / handmade CFC free PU foam covered with interwoven
leatherette. The chair should have Dark grey colour Leatherette (Anti-fungal, Anti-bacterial). It should have
Single touch button for emergency shift to head low position at easily accessible location (on both sides of
the base frame). The chair should have Upholstery with cleanable Leatherette for protection from stains,
abrasion & bacterial growth. The chair should have high grade Polyurethane foam which makes upholstery
Tear registrant, non-deformable to ensure longer life
The chair should have Removable upholstery (section by section) for easy cleaning or replacing. The chair
should have Dual padded shoulder support & back cushion for extra donor comfort. The chair should have
Adjustable Head Support. The chair should have vertical & horizontal armrest movement for easy
phlebotomy & sitting. The chair should have Epoxy powder coated robust Frame with rounded corners.
The chair should have removable cushions for cleaning & maintenance. The chair should have Footrest
with Spring loaded & Self-adjustable with removable plastic cover. The chair should have Anti-static, Anti-
skid, Dual lock PU castors. The chair should have Hand rest movement with Vertical & Horizontal
movement and Height adjustability (Mechanical). The chair should have Carrying capacity of 200 kg. The
chair should have Product weight of 85kg. The chair should have Standard Accessories: IV cum accessory
stand - standalone or attached (movable to either side) Plug points- bear base of the frame to connect other
electrical instruments.

32. Pillows:

Providing and placing Pillow of size: 43 x 69 cm.

33. Waste Bucket (SS):

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-306
Overall dimension is 517 mm dia x 210 mm (H). It has three-legged kick bucket mounted on 50 mm dia
castors. The ring unit is made of 25.4 mm dia and 12.7 mm dia, 1.2 mm thick SS 304 tube. The bowl is 0.8
mm thick. Load nearing capacity is of 10 kg.

34. Pillows covers:

Providing and placing of Pillow Covers to fit in 43cm X 69 Cm pillow


35. Dining table:

Time Out 6 Seater PU Coated size shall be 1734 Width mm x 1175 Depth mm x 750 Height mm . Top
shall be 25 mm thick base material shall be 25 mm MDF board. On top PU painting of minimum 2H
hardness with 75% glass as per color chart. Combination color graphics on the centre . Brown Laminate on
bottom specially profiled edges for comfort. The Under structure shall be having bend pipe structure of MS
powder coated. Pipe dia 38 mm, 2 mm thick and it shall be fitted with top by SS machine screws . Legs
shall be of MS powder coated and 38 mm dia. pipe legs are fixed with under structure and tabletop. Glide
shall be of Plastic fixed at the under structure to prevent the damage of tabletop during stacking.

36. Paediatric cots with railings:

BED-Overall dimension: (L) 1572 mm X 839 mm (W) x 1218 mm (H) till the bed surface Head and foot
board are made of 15.8 and 31.75 mm dia 1.2 mm & 1.6 mm thick ERW tube respectively. ERW round &
rectangular tubes are used with thickness of 1.6 mm. Sleek base frame with large clear space & ground
clearance with long base structure provides greater stability. ERW round tubes should be used with
thickness of 1.6mm with section 32mm. Lying surface is made of CRCA sheet with thickness of 1 mm &
is powder coated with anti-microbial & anti rust coating. It consists of embossed holes to give more stability
and load bearing capacity.
The bed is Provisioned with drop down type full side rails which should made of 15.9 dia and 19 mm dia
and 1.6 mm thick ERW tube. Nylon6 made Leg shoe is Provided for avoiding wear & tear Maximum safe
working load is 135 kg. Mattress- required. All metal components are pre-treated with zinc phosphating in
7 tank process and then powder coated with epoxy polyester powder coating. All powder coated parts in
RAL white.Other plastic parts in Pantone Cool Grey 8C.Goods are supplied in knocked down construction
to reduce carbon emission.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-307
MATTRESS-overall dimension (L)1415 mm*(W)785 mm* 75 mm(H). Mattress is with 40 density 75 mm
thick Single section PU foam mattress which is covered by heavy helium material which is water proof,
flame retardant, vapour & X-ray permeable. The zip & stitches for the mattress cover is concealed.

37. Footstools (metal):

Overall dimension 485 mm (L) x 355 mm (W) x 150 mm (H). Under structure frame consists of four vertical
tube, three horizontal tubes and three tubes to support the top. Tube is 19 mm dia 1.2 mm thick. The stool
top is made of 2 mm thick MS sheet metal. It has 4 mm thick three aluminium strips grooved on the top.
All the metal parts are pre-treated, and powder coated with epoxy polyester powder coat. max load bearing
capacity- 135 kg.

38. Cradle:

Crib for infant should be made of wire mesh crib on ms trolley. Dimension Overall size should be 892 mm
(L) x 536 mm (W) x 1008 mm (H). The crib is of 16 mm & 5 mm dia 1.6 mm thick ERW tube. The mesh
is designed to accommodate the baby to Provide ventilation and visibility.
The base frame is of 25.4 mm and 10 mm dia 1.6 mm thick ERW tube with 125 mm individual locking
castor. The maximum load bearing capacity is 20 kg. All metal components are pre-treated with zinc
phosphating in 7 tank process and then powder coated with epoxy polyester powder coating. All powder
coated parts in RAL white. Maximum patient load is 20 kg. packing goods are supplied in knocked down
construction to reduce carbon emission.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-308
SPECIAL CONDITION FOR ARCHITECHTURAL CONSULTANCY

General Conditions for Planning & Design:

The bidder should engage a reputed Firm/ Consultant (whether titled as an Architectural firm or
Engineering firm or both combined) selected by a committee for providing Comprehensive
Consultancy Services to the project. The Committee is to be constituted comprising of representatives
of Client, CPWD and contractor. The Committee shall select one Consultant out of minimum three
eligible consultants proposed by the contractor based on their experience and knowledge in Hospital
infrastructure design as well as their functional efficiency and capability in getting their design
implemented in successful execution of Hospital infrastructure project in the time bound manner. The
constitution of Committee will be intimated immediately after the award of work.

The successful bidder will intimate the name of his/their representative who should be an Architect
having experience of more than 20 years who is also conversant with local byelaws, NBC and other
rules. The consultants shall be required to present the conceptual plan and methodology before the
Committee and the best consultant will be selected for providing the consultancy services. The
Committee is not bound to accept the best concept plan as submitted in toto by the consultant and may
suggest if required, few modifications in the conceptual plan and the methodology. This will be binding
on the successful bidder. All the cost/fee regarding preparation of conceptual plan, model, walk
through, traveling & landing cost, honorarium etc. to be paid to the so appointed consultant shall be
borne by the contractor. The department will have the intellectual property right on conceptual plans,
models, drawings submitted.

The bidder in case is having the in-house capabilities in such consultancy work and fulfills the minimum
eligibility criteria as defined in later paragraphs, he may also compete with other consultants. But only
the consultant whose design is selected as best by the Selection Committee shall be engaged for the
consultancy work.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-309
Evaluation Criteria For Architectural Consultants:

The Eligibility criteria to decide the eligibility of the consultant for participation for the presentation.
First the submitted document (Part I of evaluation) will be evaluated and marks shall be allotted. The
Architectural consultant must secure at least 50% marks in Part-I. Final selection of architect will be
based on the presentation made before the selection committee (Part II) as given in the NIT. Highest
mark scorer in presentation will be selected and, work will be assigned to them by the contractor.

40.16. Evaluation of Part I (100 Marks)

a. The department shall evaluate the document based on following criteria:

(a) Financial strength 30 marks


(b) Experience in similar work 40 marks
(c) Experience of key Personnel 30 Marks

40.17. The evaluation for (i) will be based on the following details:

Attributes Evaluation
(a) Financial Strength (30 Marks)
(i) Average annual turnover 16 Marks (i) 60% marks for minimum eligibility criteria
(ii) 100% marks for twice the minimum eligibility
criteria or more.
(ii) Networth certificate 4 Marks In between (i) & (ii)- on pro-rata basis
(b) Experience in similar class of 40 marks (i) 60% marks for minimum eligibility criteria
work (ii) 100% marks for twice the minimum eligibility
criteria or more in between (i) & (ii)- on pro-rata
basis.
(c) MARKING CRITERIA FOR EXPERIENCE OF KEY PERSONAL (To be submitted as per the
Annexure-A1 to A3)–30 Marks

Sl.No Field of Specialization Desired No. Maximum Marks Experience

1 Lead Architect 1 4
2 Architect 2 4
Health Care/ Medical
1 4
3 consultant
4 Lead Structural Engineer 1 4
As per Clause
5 Structural Engineer 2 2 32(i) A
6 Lead Electrical Engineer 1 2
7 Electrical Engineer 1 1
Fire Fighting and Fire
1 1
8 Alarm
9 HVAC & VRF 1 2

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-310
Water Supply and Sanitary
1 0.5
10 Expert
11 Landscape/ Horticulture 1 0.5
12 Green Building Consultant 1 1
13 Sound/Acoustics expert 1 0.5
CCTV & Networking
1 1
14 expert
15 Furniture / Interior designer 1 1
Waste and Disposal
1 0.5
16 management system
Deputy Project Manager 1 0.5
17 (Arch.) In charge
18 Site Architect 1 0.5
Total 30

Only those consultants who secure minimum 50% marks in this category shall be considered
fit for presentation as per part-II.

40.18. Evaluation of Part-II (100 marks):

The committee duly constituted by the competent authority shall evaluate the document based
on following criteria and select best proposal as deemed fit by it.

Appraisal of the scheme, methodology of planning and execution of the work and presentation
of the concept scheme of the proposal (As per details below)

Sl. Criteria Maximum Form to


No. Marks be
submitted
Presentation /Interview
A. General methodology of planning and Execution 10
B. Demonstration of Experience in detailed planning & skill in 20
similar type of work.
C. Presentation of the Appropriate concept scheme for the 30
project Annexure
D. Green building measures 10 A-4
E. Use of Innovative design, materials & technology in the 15
concept scheme
F. Efficiency of space utilization 15

The works of only those consultants who secure minimum 50% marks in this category shall be
inspected by committee for quality and aesthetics of the work. The consultant whose work is
adjudged best by the committee shall be selected for appointment by the contractor as
consultant of the project.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-311
The participating consultant shall critically examine the total scope of work and furnish their
concept scheme with their comments. The appraisal of the scheme shall be as per the (Format
A1 to A4 attached). The conceptual scheme shall show the design concept, elevation layout of
all proposed buildings, internal roads and utility services, supporting facilities e.g. Air-
conditioning etc., structural concept and other details adequate to understand the whole scheme.
The conceptual scheme shall be prepared as elaborated.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-312
Annexure–A-1
COMOPOSITION OF THE TEAM PERSONNEL AND THE TASK WHICH WOULD BE
ASSIGNED TO EACH TEAM MEMBER

(Details of only key Technical & Managerial Staff need to be given):

S. No. Name Position Task Assignment


1.

2.

3.

4.

5.

6.

7.

8.

9.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-313
Annexure – A-2
FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY TEAM PERSONAL

1. Proposed Position:
______________________________________________

2. Name of the personal :


_____________________________________

3. Date of Birth : ___________________________ (Please furnish proof of age)

4. Nationality : ___________________________________________________

5. Educational Qualifications :

(Summarize college / university and other specialized education of staff member, giving names of college,
dates attended and degrees obtained.) (Please furnish proof of qualification.)

6. Membership of Professional Societies:


____________________________

7. Employment Record:

(Starting with present position, list in reversed order, every employment held. List all positions held by staff
member since graduation, giving dates, names of employing organization, title of positions held and
locations of assignments. Experience period of specific assignment must be clearly mentioned, also give
client references, where appropriate).

8. Summary of experience

Total experience in the field proposed to be assigned: _______________Yrs.

Responsibilities held during the experience period as per 8(i)

9. Permanent Employment with the firm (Yes / No)


If yes, how many years :

If no, what is the employment :

Arrangement with the firm?


10. Details of the current assignment and the time duration for which services are required for the current
assignment.

Certification :
I, the undersigned, certify that to the best of my knowledge and belief, this bio data correctly described
myself my qualifications and my experience.

Signature of the Person _______________________

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-314
Date _______________

Place ________________

Signature of the Authorized Representative of the firm

Date _______________

Place ________________

Note: Each page of the CV shall be signed in ink by both the staff member and the Authorized
Representative of the firm. Photocopies will not be considered for evaluation.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-315
Annexure – A-3
DETAILS OF KEY PERSONNEL

(To be deployed for this Project. Only regular employees who have been with the applicant of consultant
member of the group for at least 6 months should be included. Information should be given separately for
each member of the group in case of a joint venture, consortium or partnership

Personnel from Consultant's Organization

S.No. Key Name Qualification of Years of Field Man- Remarks


position Staff Experience Specialization Months
proposed

Personnel from Sub-consultant's organization.

S.No. Key Name Qualification of Years of Field Man- Remarks


position Staff Experience Specialization Months
proposed

MANPOWER DEPLOYMENT SCHEDULE:

S.No. Name of expert Position in Duration – Days Man Days Man Months
team 15 30 45 60 75 90 105 120 135
150...

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-316
Annexure – A-4
APPROACH PAPER ON METHODOLOGY

1. PROPOSED FOR PERFORMING THE ASSIGNMENT

The approach and methodology will be detailed precisely under the following topics:

1 General methodology of planning and Execution Not more than one page of A-4 size
Demonstration of Experience in Planning and
2 Not more than one page of A-4 size
skill in similar type of work
Presentation of the Appropriate concept scheme Presentation in ppt, Model, 3D walk
3
for the project through etc to explain the concept
4 Green building measures Not more than one page of A-4 size
Use of Innovative design, materials & Not more than one page of A-4 size
5
technology in the concept scheme
6 Efficiency of space utilization Not more than one page of A-4 size

Note: Marks will be deducted for writing lengthy and out of context approach and methodology for the
assignment.

1.1. Consultant shall provide comprehensive consultancy services in Project Conceptualization


covering space utilization, functional relations, preparation of master plan including obtaining
its statutory and local bodies approvals, obtaining MCI approval, detailed architectural
drawings, detailed structural analysis, design and detailing including designing and detailing
of all services, their drawings & approval, external development works, landscaping, etc.
Consultant shall prepare and supply all the coordinated “good for construction” drawings duly
proof checked and approved. The Consultant shall confirm to be associated with the project till
completion of the project and obtain completion certificate from the concerned local body.

1.2. The bidder shall within 10 days of letter of award for the work, submit details like financial
turnover of Consultancy Firms/ Consultants in Form-A of Technical bid, NetWorth Certificate
from the Chartered Accountant in Form-B2 of technical bid, the details of all consultancy
services of similar nature of work completed by firm/ consultant during the last seven years in
Form-C of Technical bid, performance report of consultancy services in Form-D of Technical
bid and Structure & Organization details in Form-E of Technical bid.

1.3. The firm/ consultant should be an Indian consultancy firm and should have in-house
architectural/Engineering capabilities with minimum experience of 10 years in the field of
Architectural/Engineering Consultancy.

1.4. The Firms / Consultants should have completed the consultancy of works whose completed
cost falls within the criteria mentioned below during the last seven years ending the last day of
the month previous to the month in which tender is invited:

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-317
(i) Three similar completed works of each of value not less than Rs. 127.64 Crore.

or

(ii) Two similar completed works each of value not less than Rs. 194.42 Crore.

or

(iii) One similar completed works of value not less than Rs. 255.29 Crore.

AND

Similar work shall mean “Consultancy for completed minimum 225 bedded Hospital building of
at least Five storey including internal water supply, Sanitary installations, Internal & external
electrical installations, E&M services & Hospital services executed under one agreement in
India”.

Note: The value of executed work(s) shall be brought to the current costing level by enhancing the
actual value of work at simple rate of 7% per annum; calculated from the date of completion to last date
of receipt of tenders of this work. All the values asked for are the completed cost of the building and
not the cost of the consultancy work.

1.5. The consultancy works completed up to the last date of the month previous to the one in which
tender are invited shall be considered.

1.6. The Firms/ Consultants should have an average annual Financial Turnover of minimum Rs.
1.50 crore for consultancy fee during immediate last three consecutive financial years. For this
purpose, average of annual financial turnover shall be worked out for all the three years.
Networth should be minimum 30 Lakhs.

1.7. In case of non-availability of in-house capabilities in consultancy for any component of


Engineering services, the Firms/ Consultants will submit intention to engage/associate eligible
sub consultant/firms having domain specific specialization and submit the MOU/agreement
with such specialized firms within fortnight of award of work. The Principle/Main Consultant
shall engage/associate only those sub consultants/firms for consultancy of domain specific
components, which have successfully provided consultancy work and having minimum
experience as per Clause-32(i) A of this NIT document:

1.8. The successful contractor shall submit the required documents of atleast three eligible
Architectural / Engineering firms within 10 days of issue of LOA. They will required to give
their presentation within four weeks of LOA with conceptual plan of each building before
committee and based on their presentations and experience the best consultancy firm will be
selected by the joint evaluation committee. The contractor will sign the agreement with selected
consultant within a week of communication of selection by CPWD. Copy of same shall be
submitted to the department.

1.9. Firms / Consultants either should have his own office at District of work site or will have to set
up an office at District of work site within 15 days of signing of agreement with consultant

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-318
during whole period of execution of consultancy work or as mutually decided with the
contractor.

1.10. In case, in house personnel of required experience is not available with the contractors or with
the associated architectural/ Engineering firms, the main contractor shall have to enter into
agreement with consultant for design of E&M & Hospital services. Copy of such agreement
shall be submitted to EE(E) in charge of work. In case of change of associate consultant, the
main contractor has to enter into agreement with the new consultant to be associated by him.
Agreement should be drawn as per Proforma for agreement between associate electrical
contractor and main contractor after suitably modifying the proforma for consultancy work.

1.11. If the performance of the consultant(s) is not of satisfactory qualities and standard or they fail
to adhere to the timeline specified in the bid document, the main contractor will take timely
suitable necessary action against the consultant(s) as per the terms and conditions of agreement
between them. However this will not absolve the main contractor from the levy of liquidated
damages due to delay in the project; and department will be free to take action as per relevant
clauses of agreement. In the case of termination of the contract with the consultant(s) by the
main contractor, CPWD will suggest the name of such new consultants(s) for further work. All
additional cost associated with this will be borne by the contractor. Contractor will not be
eligible for any extra time/ extension of time for delay in this process. Any loss of time in the
process shall be made good within the milestones fixed in the bidding document.

2. ROLE OF THE CONSULTANT

2.1. The Role of the Consultant is to provide consultancy services for “Design and Construction
of Satellite Centre comprising of earthquake resistant 280 bedded multispecialty Hospital
(Ground + 5 Floors), SR Hostel (40 Suites, G+5, 1 block), Nurses Hostel (48 Rooms, G+3,
1 block), Type-4 (12 Nos, G+5, 1 block), Sub-Station, Pump House, Mortuary, MGPS,
Laundry, STP & Pump Room, Shopping Complex, Sarai and Chiller plant Buildings
including all internal & external, civil, electrical & mechanical services, all external civil
& E&M development works, horticulture works and supply & installation of medical,
office and residential furniture for AIIMS Rishikesh at Udham Singh Nagar,
Uttarakhand in EPC mode.” The scope of consultancy work will be for complete project as
indicated in the Section-I “Brief Particulars of Work” for Hospital infrastructure and also
Electrical Substation Building, AC Plant Room. The consultancy services shall also include
Planning, Designing, Installation, testing and commissioning of E&M services like Internal &
external Electrification of Building, 33 KV Electrical Substation, LT panels DG Set, Lifts, Fire
fighting, wet riser and sprinkler system, Fire Alarm & Public Address System, Drinking water
supply system, Dewatering, UPS, STP plant, Audio-Video system in meeting room and other
E&M services as specified in this NIT. The consultant shall be involved for the entire duration
of the project till its final commissioning and handing over to the client department.

2.2. The consultant shall provide comprehensive consultancy services in project conceptualization
covering space utilization, functional requirements, preparation of LOP, Project cost estimation
(for Technical Sanction purpose), Detailed Architectural drawings, structural drawings and

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-319
various services design, Detailed Project Report including schedule of quantities etc. The
project report shall cover all project components in detail. The details of the scope of the work
involved mentioned in this Bid Document are broad and suggestive. Notwithstanding the
details of the scope of the work and role of agency mentioned elsewhere in this Bid Document,
the agency is required to provide drawing and design on all aspects of the work for completing
comprehensive planning and designing for proposed construction of buildings.

2.3. The consultant shall take all necessary statutory approval from all authorities including local
authority, Pollution Control Board, Dept. of Forest & environment, Fire Services of Govt. of
Uttarakhand, CEA, Lift Inspector, Air Port Authority etc. Preparation of all submission
drawings / materials/ 3D-walk through as per norms and models for these approvals will be the
responsibility of the consultant. The statutory approvals shall include obtaining Fire Clearance
from CFO and completion certificate for the completed building from the local and statuary
bodies.

2.4. All Environmental Impact and Social Impact Assessment have to be done by the consultant.

2.5. The consultant and his sub consultant shall have constant and regular interaction with the
CPWD for formulating the design philosophy and parameters, preparation of cost estimate,
designs/ drawings and specifications.

2.6. The consultant shall have to carry out detailed topographical survey and the survey of all
existing services and other constraints existing in and around the site for proper design of all
the services.

2.7. The Consultant shall have to perform in an efficient, orderly and professional manner and shall
deploy necessary qualified and Skilled persons according to the requirement of the services. A
list of minimum of personnel to be deployed for the work in indicated in schedule A to F of the
NIT.

2.8. The Consultant and the Sub-Consultants shall visit the works during execution stage to ensure
that the works are being executed as per approved scheme and render appropriate advice and
carry out all site related modifications in the designs and drawings.

2.9. The consultant shall have to assist engineer-in-charge in preparing presentations and
presentation materials during execution of work.

2.10. The consultant shall have to prepare design philosophy and the design methodology, listing out
relevant codes, related references, sound-engineering practices etc.

2.11. The consultant/contractor shall have to get the structural analysis/design and design of services
and drawings checked by the proof consultant to be appointed in consultation with CPWD at
his own cost and nothing extra shall be paid. The detailed design notes shall be submitted along
with design philosophy to Engineer-in-Charge.

2.12. The Consultant shall comply with all applicable laws, bye-laws, and statutory provisions, codes
and specifications etc. in the performance of the consultancy assignment and in the execution
of the project.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-320
2.13. The Consultant shall comply with the applicable norms of local as well as Central Govt. Bodies.

2.14. The consultancy services shall be provided through a Team Leader supported by experienced
professionals. The Consultant will deploy adequate number of professionals and other staff to
deliver the requisite services as per time schedule. The Consultant shall have to submit an
Organogram giving details of proposed team detailing the roles/work to be performed by each
personnel, their tentative duration, inter-relationships of each personnel etc. Details of key
personnel’s to be deployed by the consultant shall be as per clause 32 (i) A of this NIT
document at Schedule-F.

2.15. The Consultant shall get the conceptual approval of the Department /client or both through
presentations, physical models, computer walk-through etc. Comments and suggestions or
alternate proposal of the client and his representatives shall be evaluated and suitably
incorporated till the concept design is accepted and frozen.

2.16. The Consultant shall develop the concept drawings for each of the building for submission to
all the statutory authorities/bodies, incorporate changes, if suggested by the statutory
authorities / bodies and obtain approvals from all regulatory authorities.

2.17. The Consultant shall ensure that the various building/engineering & Hospital services are
suitable designed without any discrepancies between the structure and finishes, and the
requirements of service installation.

2.18. The Consultant shall ensure that the nature, position, and appearance of all controls of piped
services and electrical installation satisfy user and aesthetic requirements, and ensure that
adequate coordination drawings are included. He shall also ensure that the various
building/engineering & Hospital services are designed without any discrepancies between the
structure and finishes, and the requirements of service installation.

2.19. The consultant shall prepare coordinated services drawings alongwith architectural and
structural detailing using Building Information Modeling (BIM) System upto Level-4
design concept.

2.20. The Consultant shall have to co-ordinate with the department and attend meetings with the
department as and when required including meeting with the contractors.

2.21. The consultant shall obtain required clearances from various authorities on completion of the
construction work after incorporating the modifications in the drawing and services as
suggested by them.

2.22. The consultant shall prepare the completion drawing after incorporating the suggestions
/modifications and shall obtain completion certificate from local bodies.

2.23. The Consultant shall maintain constant, regular and proactive interaction with the department,
and structural / services proof consultants for formulating the design philosophy and
parameters, preparation of preliminary designs/working drawings/ specifications etc.

3. SCOPE OF SERVICES

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-321
3.1. The consultant shall provide Comprehensive Consultancy Services in the following areas. The
consultant/agency shall appoint specialized consultants for which in-house arrangement is not
available. The consultant shall mandatory engage an architect having knowledge of Hospital
infrastructure:

a. All Architectural Services including building plans/ all hard and soft Landscaping /Signages,
AV equipment design.
b. All Quantity Surveying Services
c. All Civil & Structural Engineering Services including all proof checking work.
d. All Electrical Engineering Services i/c all proof checking works.
e. All Mechanical Engineering Services i/c all proof checking works.
f. All Public Health Engineering Services i/c all proof checking works.
g. All Waste Water treatment and Management System i/c all proof checking works.
h. Green Building Concept (TERI-GRIHA Norms to be followed).
i. The building should be designed for barrier free and accessibility as per hand book on “Barrier
free and Accessibility” available on CPWD website and NBC 2016 with available latest
guidelines.
j. Building should be designed based on CPWD guidelines for sustainable habitat available on
CPWD website with available latest guidelines.
k. The landscape should be designed based on “a hand book of landscape – A guide” available on
CPWD website with available latest guidelines.
l. The rain water harvesting shall be designed based on “rain water harvesting and conservation
manual” available on CPWD website with available latest guidelines.
m. All furniture, fittings for building, Meeting Hall and all E&M.
n. All interiors and all acoustical treatments.
o. All water supply & drainage system
p. All I.T. Service.
q. Any other services which are required but not specifically indicated.
r. All Hospital services

3.2. The consultant shall provide comprehensive consultancy services broadly described
hereinafter. However, it should be clearly understood that the description of services is only
indicative and the Consultant shall be required to perform any other services which may be
required whether or not expressly mentioned hereinafter in this contract document of this work
up to the entire project requirement and satisfaction of the client.

3.3. The Consultant(s) shall perform all the Architectural, Structural design work, Hospital services,
design of services, landscaping, horticultural, furniture works by utilizing the most economical,
effective and widely accepted engineering concepts/practices and shall at all times show a high
degree of professionalism in his work.

3.4. The Consultant will be fully responsible for the design of all the Civil, Elect. & structural
engineering works including landscaping and horticultural services and furniture. The services
to be provided by the Consultant shall include all building & services for making Hospital

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-322
Infrastructure fully functional & occupation ready and shall not be limited what shown in the
scope of work.

3.5. Preliminary Stage:

a. Carry out topographical survey and the survey of all existing services if any and other
constraints existing in and around the site.

b. Carry out soil investigation of the site to establish the soil characteristics and other parameters
required for the foundation design of multi-storey buildings. Types of investigation/test and
their qualities shall be get approved from Engineer-in-Charge. Soil investigation agency should
be experienced in carrying out the work of similar magnitude, specialized and should be got
approved from Engineer-in-charge.

c. The contractor /consultant shall also get ascertained the liquefaction potential of soil to required
depths using modern methodology e.g. Spectral Analysis of Surface Waves (SASW) test or
any other method and combination of tests approved by Engineer-in-charge and suggest
remedial measures and account for same while suggesting the foundation system and
suggesting bearing capacity/load carrying capacity.

d. The soil report shall be got vetted/proof checked from the Institute of repute as described in the
contract document or as approved by Engineer-in-charge.

3.6. Master Plan/Lay out plan.


3.7. Submission of the revised Master Plan to local bodies and incorporating changes, if any,
suggested by them and re- submitting the same.
3.8. Obtaining approval of the revised master Plan from local authorities for the work under this
project.
3.9. Concept Design.
3.10. Interact with the user departments of client and finalize the functional plan.
3.11. Development of the concept design.
3.12. Submission of the draft concept design and make presentation of the scheme.
3.13. Modifications of the draft concept plans taking into account the comments, suggestions etc. of
the client and the Department.
3.14. Submission of the final concept design along with models, photographs,3D-walk through and
as per the requirements & norms etc. The cost of such models, walk through, photographs, etc.
shall be borne by the consultant.
3.15. Obtaining approval of the Concept design from the CPWD, Client i.e. AIIMS.
3.16. Approval Stage
3.17. Development of the Submission Plans.
3.18. Submission of the design, drawings and related documents to concerned local authorities
3.19. Modifications of the design, drawings etc taking into account the comments, suggestions etc.
of the local bodies
3.20. Re-submission & obtaining approval of the design, drawings etc from local bodies.
3.21. Carrying out Environment Impact Assessment, submission of the same and getting approval
from concerned authorities.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-323
3.22. Obtaining necessary approval of the project from Local authority.
3.23. Detailed design Stage

4. ARCHITECTURAL SERVICES

4.1. Prepare drawings, schedules and specification of materials and workmanship, in sufficient
detail. The drawings & documents shall include detailed site plan, detailed drawings for
building including floor plans, elevations, door & window schedules, finishing schedules, wall
profiles, Staircases, ramp and lift details, details of important building parts / areas, landscape
& horticulture details etc. As far as possible standards of quality performance requirement and
descriptive names shall be used rather than specific products or brand names. Prepare and issue
“Good for construction” drawings. Drawings shall be adequately detailed and shall contain
enough information to enable construction. The working drawing shall include

a. Layout Plan showing:

i. Proposed buildings, green area, location of tank, STP/ETP, Sump, RWH, Elect. Sub-
Station & all other residential & Non- residential building etc.
ii. Blow up of road junction / parking area and other such area as required.
iii. Coordinated External services

b. Detailed Drawings

i. Floor plans, fully coordinated with all services/disciplines, Elevations, Sections, Wall
profiles, Doors & Window details, Stairs/Ramps/Lifts details. Details of building parts,
areas, critical special treatments.
ii. Toilet details.
iii. Flooring pattern and details
iv. Dado details
v. Roof flow, drainage system including rain water harvesting system underground tank and
over head water tank.
vi. Detailed design and drawings of all types of Hospital & Residential furniture / meeting
room as per the requirement of the client.
vii. Detailed drawing of art work.
viii. Any other detail required by the Engineer in Charge.
ix. Interior design including design of furniture in Hospital & Residential buildings. meeting
rooms , conference hall, lounges etc.
x. Landscape i/c water bodies & Horticulture works of whole campus including surrounding
of building.
xi. Detailed 3D coordinated drawings shall be prepared using Building Information
Modeling (BIM) System upto Level-4 design concept.
xii. Drawings of landscape including blow up of critical areas / landscapes / plant scapes in
detailed coordination with all external services
xiii. Horticulture details
xiv. Checking and certifying the Architectural drawings, technical specifications, services and
all other drawings to ensure their completeness/correctness

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-324
xv. Finalizing finishing schedule, elevation treatment, fixtures, colour scheme of all buildings

c. Integration of design with the existing landscape including water bodies and suggest
modification if any.

d. Any other details required for completion of the buildings/services.

e. Inspect the works and attend meetings during execution to give clarifications, if any, and to
modify the drawings as per the site/construction requirements.

5. CIVIL AND STRUCTURAL ENGINEERING SERVICES

5.1. Design Basis

a. Conduct surveys, tests and other investigations as required to determine the basis to accomplish
safe designs as per latest specifications & codes.

b. Planning for the structural arrangements with the architectural design.

c. The Building shall be analysed as a ‘Space Frame’. The building shall be designed using
structural engineering software package ETABS/ STRAP/ STAAD or any other standard
proven software. SI units should be followed for entire analysis and design. The space frame
should be analyzed for Dead Loads (DL), Live Loads (LL), Wind Loads (WL), Earthquake
Loads(EQ), and their combinations as per IS: 1893-2002 (part-1). The Building should also be
checked for storey drift. All supports (foundations) of the Building columns and shear walls
shall be considered as fixed joints for analysis. Effective length of columns shall be considered
as per the standard codes of practice. This structure should be designed and detailed as per
Indian codes of practice. All disaster management practices as brought out by National Disaster
Management Authorities and also as specified in NBC shall be followed.

As the structure is quite tall, the lateral loads will be significant. Transfer of lateral loads is
very important & special care must be taken to transfer these loads in super structure and
foundation. Sufficient provisions of shear walls should be provided for force transfer in lateral
direction & to control the deflection due to lateral loads.

As the vertical & lateral loads are quite high, Reinforced concrete Raft foundation/pile
foundation system shall be proposed for the columns and shear walls in multistoried buildings.

d. Co-ordination & finalization of structural arrangement


e. Foundation system
f. Beam & Column location
g. Beam & Column size finalization
h. Slab profiles
i. All other detailing required for the finalization of design
j. Finalization of design basis & structural systems.
k. Proof checking of structural design / drawings and issuing the “Good for construction”
drawings. The consultant shall also submit the structural design / details (input / output) by the

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-325
structural consultant and the proof checking thereof along with comments etc. of proof
consultant.
5.2. Structural Design Development
Design of all the structural and non-structural elements

5.3. Drawing Stage


a. Foundation plans & details
b. Column, walls and beam layout plans `
c. Floor framing plans, fully coordinated with all disciplines
d. Floor slab structural details
e. Column & beam structural details
f. Staircases, ramps, lifts shafts and machine room details, UG Tank, rain water harvesting
chamber etc.
g. Requirement of Green Building Concept
h. All other details and sketches required for proper execution of the works.

5.4. General Services in the scope of E&M Works

Consultant shall provided Consultancy services for Design, Drawings, Vetting and shop
drawings to be provided by Contractor, Schedule of Quantities of various items involved in
this work which has been elaborated in detail in Part-A to D of this NIT.

a. Design of all E&M equipments and services & Hospital services as mentioned in Part-C of
NIT.
b. Liasoning with other statutory agencies like Fire Services, BSNL, local bodies etc. for
obtaining the pre-construction and post construction clearances. The statutory payments to
these agencies will be paid by the agency.

5.5. PUBLIC HEALTH ENGINEERING

a. All the design and drawings should be well coordinated with Architecture, structure and other
services drawings

b. All designs shall be as per the latest Indian Standards, Local bye-laws, NBC-2016 and Statutory
norms/regulation.

c. Design of Public Health & Engineering services taking into account various topographical,
meteorological, Hydrological etc. reports, identify the source and quality of water, conduct
survey of existing water supply system, Sewerage system, Drainage system, Fire-fighting
system, other site development works etc. for planning of services. These existing systems are
to be augmented if required as per the design.

d. The services shall include following major components:

e. Water Supply System including underground water tanks and pumps & tubewell for fulfilling
the requirement of Health Institution Infrastructure. Sewerage System including sewerage/
effluent treatment plant.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-326
f. Drainage System i/c rainwater harvesting, absorption trenches etc.

g. Fire Fighting & Fire Suppression System with peripheral grid around building connected with
fire main grid.

h. Dual plumbing system i/c untreated water supply system from STP for flushing, horticultural
operations etc.

i. Soil waste management

5.6. Services

a. Water Supply System

i. Calculation of water requirements for Hospital Institution Infrastructure and other services
including fire fighting for the buildings and services for the scope of present bidding
document.

ii. Design and prepare working drawings of internal and external dual water supply system
including Underground tank, Overhead tank, Water treatment plant, Pumping stations,
tubewell, rising mains, distribution system and internal plumbing, recycling of treated
waste water etc.

iii. Untreated water supply system for horticultural works i/c design of sprinkler and drip
irrigation system. If necessary the supply to be augmented

iv. Prepare specifications.

b. Internal Sanitary Installation

i. Design and prepare working drawings of internal sanitary installations.

ii. Identify, design and prepare working drawings for differently abled friendly toilets and
sanitary installations as per requirement.

iii. Prepare specifications.

c. Sewerage System

i. Calculation for quantity of waste water generated from different sources and design waste
water treatment plant.

ii. Design and prepare the drawings for pre-treatment of waste water from kitchen / canteen
and dining halls before connecting to sewage system i/c. management of solid wastes, oil
& grease etc. by suitable treatment and disposal system

iii. Most efficient STP technology requiring minimum operation and maintenance cost shall
be designed.

iv. Obtain approval from statutory and local bodies for waste disposal.

v. Prepare specifications.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-327
vi. Check and approve detailed drawings and data sheets of suppliers/ manufacturers.

d. Drainage

i. Design and prepare working drawings for storm water drainage including roof drainage,
service area drainage and surface drainage.

ii. Design and prepare working drawings for rain water harvesting system i/c. rain water
harvesting pits, trenches and perforated absorption drains.

iii. Obtain approval from statutory and local bodies for drainage connections and rainwater
harvesting scheme etc.

iv. Prepare specifications.

e. Solid Waste Management

i. Survey, design and prepare the working drawings and system plan for solid waste
collection, Hospital waste collection, treatment and disposal through appropriate
technology

ii. Design and drawings for composting of organic waste for production of manure for
utilization for horticultural use.

iii. Design and drawing for utilization for organic waste for other useful products.

f. Site development Works

i. Design and prepare working drawings (longitudinal & cross section) for roads/ footpaths/
parking areas etc.

ii. Design and proposed working drawing for landscape & horticulture work for the campus
i/c garden light, façade lighting etc. The landscape should be both hard and soft types.

iii. Design and prepare working drawings of irrigation system for horticulture i/c. sprinkler
and drip irrigation system.

iv. Prepare specifications of same.

v. Vetting of detailed drawings of suppliers/ manufacturers.

g. Other Services

i. Project Documentation

ii. Prepare and submit required number of copies of monthly progress reports of the project.

iii. Ensure the preparation of AS-BUILT drawings and record all approved deviations and
changes in drawings.

h. Provide any other services not explicitly mentioned but reasonably required for project
development.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-328
i. Design, calculations and drawings of all services shall be proof checked from IIT, NIT or
institute of repute as specified in bid document or as approved by Engineer-in-charge.

j. Green Building Design

k. The buildings are to be designed as green building and minimum certification of 4 STAR
GRIHA rating system. All the electrical equipments including pumps, motors, transformers etc
should comply to minimum ECBC PLUS requirements as per ECBC 2017.

l. The consultant/ Contractor has to ensure the certification of the building as 4 STAR GRIHA
Rating from the competent authority and is in the scope of the work.

m. Differently abled friendly building design:

n. The building shall be designed for differently abled persons and shall be as per the latest
guidelines of Ministry of Social Welfare, Govt. of India. Necessary pre & post audit of the
building shall be got done by certified agencies.

6. Number of Documents and copy rights.

6.1. All the documents/drawings, designs, reports and any other details envisaged under this
agreement shall be supplied in five copies. All drawings as required for submission to all the
local bodies and other authorities shall be submitted as per the requirement of local body. All
the drawings for the comments, discussion and approval of employer shall be submitted in
triplicate. Six copies of all the final drawings shall be submitted to the Engineer-in-Charge
along with one reproducible in A-1 or large size along with a soft copy in USB/ Pen drive. If
there is any revision in any drawing/document for any reason, six copies of drawing/document
shall be re-issued along with soft copy in CD without any extra charges. All these drawings
will become the property of the Engineer-in-Charge. The Engineer-in-Charge may use these
drawings in part or full in any other work without any notice to the consultant and without any
financial claim of the consultant.

6.2. The drawings cannot be issued to any other person, firm or authority or used by the Consultant
for any other project. No copies of any drawings or documents shall be issued to anyone except
the Engineer-in-Charge and / or his authorized representative.

6.3. Architectural Design should cover the following general requirements:

a. To cater for different functional requirements of user with creative indoor spaces, surroundings,
better circulation and flexibility in space planning.
b. Integrated designs of electrical, mechanical and other services with structural system and
construction methodology with low maintenance.
c. Climate responsive Architecture with integration of daylight and electric light, thermal
comfort, ventilation and highest performance standards for work space efficiency.
d. Use of low embodied energy materials and local/reused materials and consideration of green
building principles.
e. Water and solid waste management with waste water recycling, water conservation and rain
water harvesting.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-329
f. Development of surroundings with site terrain consideration, traffic circulation, indigenous
vegetation and plantation.
g. The building(s) proposed to be developed should be amenable to latest systems of construction
technologies for enabling repeatability and fast track and ease in construction, keeping in mind
a lower embodied energy of material and lower energy consumption in the proposed complex.
h. All the spaces in the building provided shall be adequately ventilated for light and air.
i. Suitable escapes for fire shall be planned as per the requirement specified in NBC &
Uttarakhand building byelaws and other applicable standard codes of practice
j. The setbacks and height of the building shall conform to all regulatory authority rules.
k. Premium quality materials shall be provided for walls, floors, windows, doors etc in tune with
the industry standards of similar buildings.
l. Proper care shall be taken to plan movement logistics to avoid crisscrossing of traffic
m. The façade of the building shall be appealing, by judicially mixing the use of energy efficient
glass, cladding materials, wall appropriate to the use of the building. The ratio of glass to wall
shall vary depending the direction and as required for 4 STAR TERI-GRIHA certification.
n. Space planning for required services shall be given importance.
o. Service routing and ducts shall be planned for easy access, maintenance and scalability.
p. Green building materials shall be used for obtaining minimum 4 Star GRIHA rating by the
Accredited bodies.
q. Sufficient space for parking of vehicles as per the norms shall be provided at specified location.
r. Vertical circulation shall be well planned to provide quick access to upper floors by suitable
location of stairs.

6.4. Structural design should cover the following general requirements

a. The structural design shall be carried out in terms of latest editions and up-to-date
correction/amendment/errata of BIS Codes (Bureau of Indian Standards), NBC-2016 other
relevant seismic/other codes for making Building Earthquake Resistant, sound engineering
practices and as desired by the client/ Employer. The Contractor will also got proof checking
of structural drawings from Reputed Engineering Institutes like IITs, NITs or any other institute
of repute approved by the Engineer-in-charge for proof checking of structural
drawings/proposals prepared by the structural Engineer. The fee for proof checking shall be
borne by the Contractor. The Contractor will liaison and co-ordinate with such Institute
approved by Engineer-in-Charge as and when required and as per the direction of Engineer –
in-charge. Any changes suggested at later stage in architectural drawings shall be incorporated
in the design and required structural drawing shall be proof checked without any extra cost.

b. Submission of all design calculations in hard and soft copies as per the direction of Engineer –
in-charge.

c. Any other designing and detailing required for comprehensive planning and designing of the
proposed building & campus.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-330
d. The required buildings along with internal and external services have to be planned to achieve
minimum cost of operation, minimum maintenance cost and lowest consumption of energy,
water & electricity etc.

e. One combined integrated drawing of all services will be prepared. (For internal & external
services, Hospital services using Building Information Modeling (BIM) system separately).
For services being laid in false ceiling, an integrated plan of all services will also be prepared
to avoid interference from each other.

7. Presentations and Models:

7.1. Preparation of Model(s) to scale 1:200 or any other suitable scale decided by Engineer-in-
charge.

7.2. Preparation of 3D views and blow ups of typical and critical areas and walk through.

8. Approval From local Authorities:

8.1. The agency shall take all necessary statutory approval from all local authorities including CFO,
DGCA, Pollution Control Board, Environmental Clearance, AAI, AERB clearances etc.
Preparation of all submission drawings (any numbers) / materials and models as per the
required size/scale as required by local bodies.

8.2. The agency shall take all necessary statutory approval of ‘Completion Plan’ from all local
authorities including CFO, DGCA, Pollution Control Board, AERB, Environmental
Clearances, Lift inspection, NOC of Firefighting equipments etc for occupation of the buildings
after completion of construction.

9. Submission of Data sheet:

9.1. Preparation of Data sheet showing Room wise finishing, flooring and Door window, and other
high end Inventory schedule

9.2. Preparation of Technical Specification for civil works, electrical works, services, equipments,
furniture etc. for all items and submit the data sheet.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-331
GENERAL CONDITIONS

General specifications for construction

1. Except for the items, for which particular specifications are given or where it is specifically mentioned
otherwise in the description of the items, the work shall generally be carried out in accordance with the
“CPWD Specifications 2019 (Vol-I & II) with upto date corrections slips for Civil work, CPWD
General Specification for Electrical Works Part I Internal–2013, CPWD General Specification for
Electrical Works Part IV Substation – 2013, CPWD General Specification for Electrical Works Part
VII DG Sets – 2013, CPWD General Specification for Electrical Works Part V wet riser & sprinkler
systems – 2020, General Specification for Heating Ventilation & Air- Conditioning-2017, General
Specification for Electrical Works (Part III Lifts & Escalators)-2003, CPWD General Specification
for Electrical Works Part II External – 1994, CPWD General Specification for Electrical Works Part
VI Fire Detection and Alarm system–2018. specification for horticulture and landscaping-2018 works
with upto date correction slips (hereinafter to be referred to as CPWD specifications). Wherever CPWD
Specifications are silent, the latest IS Codes/Specifications, National Building Code 2016, Guidelines
or AERB, MoRTH specification or any other specification shall be followed.

2. The order of preference in case of any discrepancy as indicated condition No.8.1 under “condition
of contract” given in standard CPWD contract form may be read as the following:

2.1. Nomenclature of item (Schedule of quantities) as per building document read with the scope
of work and specification attached.
2.2. Description of user requirement and technical specification read with the detailed scope and
specifications.
2.3. Particular specifications, additional specifications, special & additional conditions for civil,
electrical and horticulture works given in this NIT.
2.4. Architectural/structural drawings.
2.5. CPWD Specifications, DSR, GCC, MORTH specification with upto date correction slips for
civil, electrical and horticulture works as applicable.
2.6. National Building codes-2016.
2.7. Indian Standard Specifications of B.I.S
2.8. Manufacturer’s specifications
2.9. Sound engineering practice.

A reference made to any Indian Standard Specifications in these documents, shall imply to the latest
version of that standard, including such revisions / amendments as issued by the Bureau of Indian
Standards upto last date of receipt of tenders. The Contractor shall keep at his own cost all such
publications of relevant Indian Standard applicable to the work at site.

3. The tenderer shall acquaint himself with the proposed site of work, its approach roads, working space
available etc. before quoting his rates and no claim on this account shall be entertained by the
department.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-332
4. The contractor(s) shall get himself acquainted with nature and extent of the work and satisfy himself
about the availability of materials from kiln or approved quarries for collection and conveyance of
materials required for construction.

5. The contractor(s) shall study the LOP, Indicative Architectural drawings and soil investigation report
for the site, attached with the bid documents and satisfy himself about complete characteristics of
soil and other parameters at site. However, no claim on the alleged inadequacy or incorrectness of the
soil data supplied by the department shall be entertained.

6. The tenderer shall see the approaches to the site. In case any approach from main road is required at
site or existing approach is to be improved and maintained for cartage of materials by the contractor,
the same shall be provided, improved and maintained by the contractor at his own cost. No payment
shall be made on this account.

7. (a) The work will be carried out in the manner complying in all respects with the requirements of
relevant by-laws of the local body under the jurisdiction of which the work is to be executed or as
directed by the Engineer-in-Charge and nothing extra will be paid on this account.

(b) The contractor shall comply with proper and legal orders and directions of the local or public
authority or municipality and abide by their rules and regulations and pay all fees and charges which
he may be liable.

8. The contractor shall take all necessary precautions to prevent any nuisance or inconvenience to the
owners, tenants or occupiers of adjacent properties and to the public in general and to prevent any
damage to such properties and any pollution of smoke, streams and water-ways. He shall make good at
his cost and to the satisfaction of the Engineer-in-Charge, any damage to roads, paths, cross drainage
works or public or private property whatsoever caused thereon by the contractor. All waste or
superfluous materials shall be carried away by the contractor without any reservation entirely to the
satisfaction of the Engineer-in-Charge.

9. Utmost care shall be taken to keep the noise level to the barest minimum so that no disturbance as far
as possible is caused to the occupants / users of building/adjacent properties.

10. Before commencement of any item of work the agency shall correlate all the relevant architectural and
structural drawings, and specifications etc. and satisfy himself that the information available is
complete and unambiguous. The discrepancy if any shall be brought to the notice of Engineer-in-
Charge before execution of work. The agency alone shall be responsible for any loss or damage
occurring by the commencement of work based on any erroneous and or incomplete information and
no claim whatsoever shall be entertained on this account.

11. The Architectural drawings given in the tender other than those indicated in nomenclature of items are
only indicative of the nature of the work and materials/fixings involved unless and otherwise
specifically mentioned. However, the work shall be executed in accordance with the drawings prepared
by the consultant and duly approved by the Engineer-in-Charge.

12. Other agencies/sub-contractor will also simultaneously execute and install the works of substation/
generating sets, air conditioning, firefighting, lifts etc. of this work and the contractor shall extend

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-333
necessary facilities for the same. The contractor shall leave such recesses, holes, opening, trenches etc.
as may be required for the such related works ( for which inserts, sleeves, brackets, base plates clamps
etc shall be paid in the relevant item unless otherwise specifically mentioned) and the contractor shall
fix the same at the time of casting of concrete, stone work and brick work, if required and nothing extra
shall be payable on this account

13. The contractor shall conduct his work, so as not to interfere with or hinder the progress or completion
of the work being performed by other contractor(s) or by the Engineer-in-Charge and shall as far as
possible arrange his work and shall place and dispose of the materials being used or removed, so as not
to interfere with the operations of other contractor simultaneously working or he shall arrange his work
with that of the others in an acceptable and coordinated manner and shall perform it in proper sequence
to the complete satisfaction of others.

14. Some restrictions may be imposed by the district administration/client on the working and on movement
of labour, materials etc in the campus/site and may require to issue identity cards to all the persons
authorised by the contractor to do the work/visit the work site. The contractor shall be bound to follow
all such restrictions / instructions and no claim whatsoever, on this account shall be entertained. The
loss of time on this account, if any shall have to be made up by generating additional resources etc at
no extra cost.

15. The rates quoted by the contractor are deemed to be inclusive of site clearance, setting layout on ground,
profile, establishment of reference bench mark, installing various signage, taking spot levels, survey
with total station construction of all safety and protection devices, barriers, earth embankments,
preparatory works, all testing of materials working during monsoon, working at all depths, height and
locations etc. unless specified in the schedule of quantities.

16. The contractor is required to deploy resources e.g. manpower, labour, T&P, plant & equipment
etc as per availability of site and actual requirement of work. No damage/compensation shall be
payable on account of idle manpower (technical/ non-technical), labour, T&P, plant & equipment
and loss of profit etc. for whatever reason.

17. The rates for all items of work shall, unless clearly specified otherwise, include cost of all labour,
material, tools and plants and other inputs involved in the execution of the item.

18. The contractor (s) shall quote all-inclusive rates against the items in the schedule of quantities and
nothing extra shall be payable for any of the conditions and specifications mentioned. In the tender
documents unless specifically specified otherwise.

19. Unless otherwise specified in the schedule of quantities, the rates tendered by the contractor shall be
inclusive of all cost & taxes and shall apply to all leads, lifts and depth and nothing extra shall be
payable on this account.

20. Unless otherwise specified in the schedule of quantities, the rates for items shall be considered as
inclusive of pumping/bailing out of water, if necessary, for which no extra payment shall be made.
Those conditions shall be considered to include water from any source such as inflow of flood, surface
and subsoil water etc and shall apply to the execution in any reason.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-334
21. The work shall be executed and measured as per metric dimensions given in the Schedule of quantities,
drawings etc. (F.P.S. units wherever indicated are for guidance only).

22. For completing the work in time, the contractor might be required to work in two or more shifts
(including night shift). Normally contractors shall not be allowed to execute the RCC, electrical and
finishing work at night. Work at night shall, however, be allowed if the site conditions/circumstances
so demand. No claim whatsoever shall be entertained on this account., notwithstanding the fact that the
contractor may have to pay extra amount for any reason, to the labour and other staff engaged directly
or indirectly on work according to the provision labour and other statutory bodies regulation and the
agreement entered into by the contractor with them.

23. The contractor shall maintain in perfect condition, all portions executed till completion of the entire
work allotted to him. Where however phased delivery of work is contemplated these provisions shall
apply separately to each phase.

24. The foundation trenches shall be kept free from water while works below ground level are in progress.

25. No foreign exchange shall be made available by the Department for importing (purchase) of equipment,
plants, machinery, materials of any kind or any other items required to be carried out during execution
of the work. No delay and no claim of any kind shall be entertained from the Contractor, on account of
variation in the foreign exchange rate.

26. All ancillary and incidental facilities required for execution of work like labour camp, stores, fabrication
yard, offices for Contractor, watch and ward, temporary ramp required to be made for working at the
basement level, temporary structure for plants and machineries, temporary barricading or fencing
around the working sites, water storage tanks, installation and consumption charges of temporary
electricity, telephone, data, water etc. required for execution of the work, protection work, liaison and
pursuing for obtaining various No Objection Certificates, completion certificates from local bodies etc,
testing facilities ,laboratory at site of work facilities for field test and taking samples during execution
or any other activities which is necessary ( for execution and as directed by the engineer-in-charge)
shall be deemed to be included in the rates quoted by the contractor, for various item in the schedule of
quantities. Nothing extra shall be payable on these accounts. Before start of the work, the Contractor
shall submit to the Engineer-in-Charge, a site / construction yard layout, specifying areas for
construction, site office, positioning of machinery, material yard, cement & other storage, fabrication
yard, site laboratory, water tank etc

27. All material shall only be brought at site as per program finalized and approved from the Engineer-in-
Charge. Any pre-delivery of the material not required for immediate consumption shall not be accepted
and thus not paid for.

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

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-335
29. The Contractor shall bear all incidental charges for cartage, storage and safe custody of materials issued
by department/arranged by the contractor.

30. The terms machine batched, machine mixed and machine vibrated concrete used elsewhere in
agreement shall mean the concrete produced in concrete batching and mixing plant and if necessary
transported by transit concrete mixers, placed in position by the concrete pumps, tower crane and
vibrated by surface vibrator /needle vibrator / plate vibrator, as the case may be to achieve required
strength and durability

31. The cost of flooring is inclusive of providing sunken flooring in bath-rooms, kitchen, etc. and nothing
extra on this account shall be payable

32. The site is congested and the surplus excavated earth shall be disposed off after approval from the client
department and the earth to be levelled and dressed in the approved dumping ground/place approved
by the client, if required. Some earth may be required back for backfilling of site to make up required
level. The earth disposed off to dumping grounds to any leads and lifts and the earth carried back for
back filling of site from any leads and lifts shall be inclusive in the rates quoted by the contractor.
Nothing extra on this account shall be paid or entertained at any stage. Any legal or financial
implications resulting out of disposal of earth or carriage of earth from outside shall be sole
responsibility of the contractor. Nothing extra shall be paid on this account.

33. No chase cutting of plaster/RCC/CC shall be allowed., so the contractor has to execute the electrical
work accordingly. The work should be planned in a systematic manner so that chase cuttings in the
walls, ceilings and floors are minimized. Wherever absolutely essential, the chase shall be cut using
chase cutting machines. Chases will not be allowed to be cut using hammer/ chisel. The electrical boxes
should be fixed in walls simultaneously while raising executing the masonry work. The contractor shall
ensure proper coordination of various disciplines viz. sanitary & water supply, electrical, firefighting
and any other services.

34. The work of water supply, internal sanitary installations and drainage etc. shall be carried out as per the
bylaws of the Municipal Corporation or any other local body and the contractor shall produce necessary
completion certificates from such authority after completion of work

35. In case of local Municipal regulations / restrictions by client /non-availability of space at site, if huts
for labour are not allowed to be erected at the site of work, the contractor shall be required to provide
such accommodation at suitable place at his own cost and nothing extra shall be paid on this account.

36. Any cement slurry added over base surface for continuation of concerting for better bond is deemed to
have been built in the items and nothing extra shall be payable and no extra cement considered in
consumption on this account.

37. Existing drains, pipes, cables, over-head wires, sewer lines, water lines and similar service encountered
in the course of the execution of work shall be protected against the damage by the contractor at his
own expense. In case the same are to be removed and diverted. The same shall be payable to the
contractor as per terms and conditions of the contract. The contractor shall not store materials or
otherwise occupy any part of the site or work in an manner likely to hinder the operation of such
services.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-336
38. The contractor shall be responsible for the watch and ward / guard of the buildings safety, fittings and
fixtures provided by him against pilferage and breakage during the period of installations and thereafter
till the building is physically handed over to the department. The CPWD will take over the building
after rectification of all defects. No extra payment shall be made on this account and no claim shall be
admissible on this account.

39. The Department shall in no way be responsible for either any delay in getting electric and/or water
and/or telephone connections for carrying out the work or not getting connections at all. No claim of
delay or any other kind, whatsoever, on this account shall be entertained from the Contractor. Also
contingency arrangement of stand-by water & electric supply shall be made by the Contractor for
commencement and smooth progress of the work so that work does not suffer on account of power
failure or disconnection or not getting connection at all. No claim of any kind whatsoever shall be
entertained on this account from the Contractor. Nothing extra shall be payable on this account.

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

41. WARNING/ CAUTION BOARDS: All temporary warning / caution boards / glow signage display
such as “Construction Work in Progress”, “Keep Away”, “No Parking”, Diversions & protective
Barricades etc. shall be provided and displayed during daytime by the Contractor, wherever required
and as directed by the Engineer-in-Charge. These glow signage and red lights shall be suitably
illuminated during night also. The Contractor shall be solely responsible for damage and accident
caused, if any, due to negligence on his part. Also he shall ensure that no hindrance, as far as possible,
is caused to general traffic during execution of the work. This signage shall be dismantled & taken
away by the Contractor after the completion of work, only after approval of the Engineer - in - Charge.
Nothing extra shall be payable on this account.

42. SIGN BOARDS: The Contractor shall provide, erect and maintain till completion of work, a display
board of size and shape as per directions of Engineer in charge and paint over it, in a legible and
workman like manner, the details about the salient features of the project, as required by the Engineer-
in-Charge. The Contractor shall fabricate and put up a sign board in an approved location and to an
approved design indicating name of the project, Client/Owner, Engineer-in-charges, Structural
Consultants, Department etc. besides providing space for names of other Contractors, Sub-Contractors
and specialized agencies within 30 days from issue of award letter. Nothing extra shall be payable on
this account. In case of non-compliance/delay in compliance in this, a penalty@ Rs. 500/- per day will
be imposed which will be recovered from the immediate next R/A Bill of the Contractor.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-337
43. The contractor shall display all permissions, licenses, registration certificates, bar charts, other
statements etc., under various labour laws and other regulations applicable to the works, at his site
office

44. The contractor shall make all necessary arrangements for protecting works already executed from rains,
fog or likewise extreme weather conditions and for carrying out further work, during monsoon
including providing and fixing temporary shelters, protections etc. Nothing extra shall be payable on
this account and also no claims for hindrance shall be entertained on this account.

45. In case of flooding of site on account of rain or any other cause and any consequent damage,
whatsoever, no claim financially or otherwise shall be entertained notwithstanding any other provisions
elsewhere in the bid document. Also, the contractor shall make good, at his own cost, the damages
caused, if any. Further, no claim for hindrance shall be entertained on this account.

46. Stacking of materials and excavated earth including its disposal shall be done as per the directions of
the Engineer-in-Charge. Double handling of materials or excavated earth if required at any stage shall
have to be done by the contractor at his own cost.

47. Entry to the campus/site may be restricted from particular entrance gate and agency has to follow
security rules of the campus & nothing extra shall be payable on this account.

48. SETTING OUT

48.1. Contractor shall provide permanent benchmarks and other reference points for the proper
execution of work and these shall be preserved till the end of work. All such reference points
shall be in relation to the levels and locations, given in the Architectural and plumbing drawings
and directions of Engineer in charge.

48.2. The contractor shall carry out survey of the work area, at his own cost, setting out the layout of
building in consultation with the Engineer–in-charge & proceed further. Any discrepancy
between architectural drawings and actual layout at site shall be immediately brought to the
notice of the Engineer–in-charge. It shall be responsibility of the contractor to ensure correct
setting out of alignment. Total station survey instruments only shall be used for layout, fixing
boundaries, and centre lines, etc., Nothing extra shall be payable on this account.

48.3. The contractor shall establish, maintain and assume responsibility for grades, lines, levels and
benchmarks. He shall report any errors or inconsistencies regarding grades, lines, levels,
dimensions to the Engineer-in-Charge before commencing work. If at any time, any error
appears due to grades, lines, levels and benchmarks during the progress of the work, the
contractor shall, at his own expense rectify such error, if so required, to the satisfaction of the
Engineer–in-charge. Nothing extra shall be payable on this account.

48.4. Commencement of work shall be regarded as the contractors acceptance of such grades, lines,
levels and dimensions and no claim shall be entertained at a later date for any errors found.

48.5. Though the site levels may be indicated in the drawings the contractor shall ascertain himself
and confirm the site levels with respect to GTS bench mark from the concerned authorities.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-338
48.6. The contractor shall ascertain and confirm the site levels with respect to benchmark from the
concerned authorities. The contractor shall protect and maintain temporary/ permanent
benchmarks at the site of work throughout the execution of work. These benchmarks shall be
got checked by the Engineer-in-charge or his authorized representatives. The work at different
stages shall be checked with reference to bench marks maintained for the said purpose. Nothing
extra shall be payable on this account.

48.7. The approval by the Engineer-in-Charge of the setting out by the contractor shall not relieve
the contractor of any of his responsibilities and obligation to rectify the errors/ defects, if any,
which may be found at any stage during the progress of the work or after the completion of the
work.

48.8. The contractor shall be entirely and exclusively responsible for the horizontal, vertical and
other alignment, the level and correctness of every part of the work and shall rectify effectively
any errors or imperfections therein. Such rectifications shall be carried out by the contractor at
his own cost to the instructions and satisfaction of the Engineer-in-Charge.

49. Programme Chart

49.1. The Contractor shall prepare an integrated programme chart in MS Project, Primavera software
for the execution of work, showing clearly all activities from the start of work to completion,
with details of manpower, equipment and machinery required for the fulfillment of the
programme within the stipulated period or earlier and submit the same for approval to the
Engineer-in-Charge within ten days of award of the contract. Non-submission of such
programme or submission of incomplete programme without all required details of manpower
T&P etc., shall attract the recoveries as mentioned in the Schedule-F of the tender document.
The integrated program chart so submitted should not have any discrepancy with the physical
milestones attached in the contract agreement.

49.2. The programme chart should include the following:

a. Descriptive note explaining sequence of the various activities.


b. Network (PERT/CPM/BAR CHART) in MS Project/Primavera Software
c. Programme for procurement of materials and manpower by the contractor.
d. Programme of procurement and deployment of machinery / equipment having adequate
capacity, manpower activity wise &commensurate with the quantum of work to be done as per
the provided drawings or schedule of quantities within the stipulated period, by the contractor.
e. Productivity of T&P and manpower of all categories to be employed based on which the
activity wise program is being proposed.

49.3. In addition to above, the contractor shall submit shuttering schedule and cycle time for
repetition of floors, adequate to complete structure work within laid down physical milestone
etc. and to achieve the progress of work as per programme, he must bring sufficient shuttering
material required for cement concrete and R.C.C. works etc.

49.4. If at any time, it appears to the Engineer-in-Charge that the actual progress of work does not
conform to the approved programme referred above, the contractor shall produce a revised

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-339
programme showing the modifications to the approved programme to ensure completion of the
work. The modified schedule of programme shall be approved by the Engineer-in-Charge.
Non-submission of such revised programme shall attract the recoveries as mentioned in the
Schedule-F of the tender document.

49.5. The submission for approval by the Engineer-in-Charge of such programme or the furnishing
of such particulars shall not relieve the contractor of any of the duties or responsibilities under
the contract. This is without prejudice to the right of Engineer-in-Charge to take action against
the contractor as per terms and conditions of the agreement.

49.6. In case of non-submission of construction programme by the contractor the program approved
by the Engineer-in-Charge shall be deemed to be final.

50. MONTHLY PROGRESS REPORT

50.1. The contractor shall submit to the Engineer-in-charge by 7th day of each month, 2 hard copies
and one on soft copy (CD) of monthly progress report of the work. Such progress report will
include the project progress, summary, work progress (planned vs actual), CPM chart, status
of financial progress and achievement of milestone, manpower deployment status category
wise, inventory of materials and T&P deployed and photographs of important activities. For
delay in submission of the report or submission of incomplete report without all the details
mentioned herein, recovery @ Rs.25000/- (Rupees Two Thousand only) per week of delay
subject to maximum of Rs. 1,00,000/- for each report will be recovered from the amount
payable to the contractor.

The progress report shall contain the following, apart from whatever else may be required as
specified above:

a. Project information, giving the broad features of the contract of the work under the contract,
and the broad structural or other details.
b. Introduction, giving a brief scope of the work under the contract, and the broad structural or
other details.
c. Construction schedule of the various components of the work through a bar chart for the next
two fortnights (or as may be specified), showing the milestones, targeted tasks and up to date
progress.
d. Progress chart of the various components of the work that are planned and achieved, for the
month as well as cumulative upto the month, with reasons for deviations, if any, in a tabular
format.
e. Plant and machinery statement, indicating those deployed in the work, and their working status.
f. Man-power statement, indicating individually the names of all the staff deployed in the work,
along with their designations. No. of skilled workers (trade wise) and total no. of unskilled
workers deployed on the work and their location of deployment, activity wise & block wise.
g. Financial statement, indicating the broad details of all the running account payments received
upto date, such as gross value of work done, advances taken, recoveries effected, amounts
withheld, net payments, details of payments received, etc.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-340
h. A statement showing the extra and substituted items submitted by the contractor, and the
payments received against them, items pending for sanction/decision by the Department, broad
details of the Bank Guarantees, indicating clearly their validity periods, broad details of the
insurance policies taken by the contractor, if any, the advances received and adjusted.
i. Progress photographs, in colour, of the various items/components of the work done upto date,
to indicate visually the actual progress of the work.
j. Quality assurance and quality control tests conducted during the month, with the results thereof.
k. Videography at various stages of construction right from the day of start of work to date of
completion/occupation, covering all major events, inspections, visits by dignitaries etc.
l. Chronological brief of all sort of upto date correspondences made by the contractor and
department since the award of work in tabular format.
m. Details of consumption of electricity, fuel, water, cement, steel, fly ash based products and any
other product being used, as directed by the Engineer in charge for the month as well as
cumulative since start of work.

Nothing extra, whatsoever, shall be paid on account of the aforesaid submission of monthly
report.
51. Safety Precautions:

51.1. Contractor shall within two weeks of award of work, submit to the Engineer-in-Charge for his
approval, list of measures for maintaining safety of manpower deployed for construction and
avoidance of accidents. The contractor shall depute safety Engineer exclusively for
enforcement of safety measures. Such safety Engineer should be a qualified engineer with
minimum Eight years of similar experience.

51.2. Contractor at his own cost put up the barricading of Corrugated Profile Sheet to a height of 6m
or as required as prescribed by NGT, MoEF or building bylaws of the Uttarakhand Government
or any other appropriate government authority for the area, all around the construction sites
through suitable fixing method as per direction of Engineer-in-charge for segregating the
construction site and also to control the dust pollution in the campus. Entry to the site shall be
controlled for proper security of man and materials and to avoid accidents. All management
(including watch and ward) of barricades shall be the full responsibility of the contractor. The
barricades shall be removed only after completion of the work or part of the work. Nothing
extra will be payable on these accounts.

51.3. Necessary personal protective and safety equipment’s such as helmet, safety shoes & harness,
gloves etc shall be provided to the all-site Engineers, Supervisory staff, labour and technical
staff of the contractor by the Contractor at his own cost and to be used at site.

51.4. The Contractor(s) shall take all precautions to avoid accidents by exhibiting necessary caution
boards day and night, speed limit board, red flags, red lights and providing barriers. He shall
be responsible for all damages and accidents caused to existing/new work due to negligence on
his part. No hindrances shall be caused to traffic during the execution of the work.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-341
51.5. In case of any accident of labours / contractual staff’s the entire responsibility will rest on the
part of the contractor and any compensation under such circumstances if becomes payable the
same shall be entirely borne by the contractor and department shall have no role on this account.

51.6. It shall be ensured by the contractor that no electric live wire is left exposed or unattended to
avoid any accidents in this regard

51.7. Any trenching and digging for laying sewer lines/water lines/cables etc. shall be commenced
by the contractor only when all men, machinery’s and materials have been arranged and closing
of the trench(s) thereafter shall be ensured within the least possible time.

51.8. For facia work, outer finishing and other RCC works etc., only double steel scaffolding having
two sets of vertical supports with steel staircase for inspection of works by engineer in charge
shall be used. The supports shall be sound and strong, tied together with horizontal piece over
which scaffolding planks shall be fixed.

52. Quality Assurance

52.1. The contractor shall ensure quality construction in a planned and time bound manner. Any sub-
standard material/work beyond set out tolerance limit shall be summarily rejected by the
Engineer-in-Charge.

52.2. The contractor shall ensure quality control measures on different aspects of construction
including materials, workmanship and correct construction methodologies to be adopted. He
shall have to submit quality assurance programme within two weeks of the award of work. The
quality assurance programme should include method statement for various items of work to be
executed along with check lists to enforce quality control.

52.3. The contractor shall depute Quality Manager exclusively for enforcement of quality control.
Such Quality Manager should be a qualified engineer with minimum Eight years of similar
experience. For other staff to be deployed for quality assurance, the contractor may refer to
clause 36(i) under schedule “F” attached.

52.4. Contractor shall be required to submit detailed method statement for all activities associated
with the execution and completion of the work. Such method statement should contain all
required details like checklists for pre, post and during execution of the activity/item of work,
details of testing methodology, frequency, relevant testing standards as defined in the contract
of the items involved in the activity. Engineer in charge reserves the right to direct any
amendment/modification in the submitted method statement and contractor shall be bound to
submit the amended/modified method statement as directed by Engineer in charge, after which
only contractor shall be allowed to take up such activity. Contractor shall be required to get
inspected any activity to be executed on a day from the Engineer in charge or his authorized
representatives and get signed the checklist as per the method statement, after which only the
activity on that particular day shall be allowed to start. Contractor shall be fully responsible for
all contractual implications, for any delay caused, if any, on account of delay in submission of
such method statement or modified method statement or checklists. Nothing extra, whatsoever,

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-342
shall be paid on this account and his quoted amount shall be deemed to be inclusive of all such
activities.

52.5. The contractor shall prepare all the needed shop drawings well in advance at his risk and cost
deemed to be included in the overall quoted cost and get them approved before placing the
order and execution of the item

52.6. Contractor shall prepare and submit shop drawings for approval of Engineer in charge, before
taking up different activities like aluminium doors, windows, plumbing for water supply and
drainage, sewer lines & manholes with IL, ACP cladding, stone cladding, glass curtain walls
etc or any other activity as directed by Engineer in charge. Contractor shall be required to make
modifications as may be directed by the Engineer in charge in the submitted shop drawings and
shall resubmit modified shop drawings. Contractor shall not be allowed to execute the related
items without approval of such shop drawings and he shall be fully responsible for all
contractual implications, for any delay caused, if any, on account of delay in submission of
such shop drawings or modified shop drawings. Nothing extra, whatsoever, shall be paid on
this account and his quoted amount shall be deemed to be inclusive of all such activities.

52.7. Shop drawings shall be submitted for approval four weeks in advance of planned delivery and
installation of any material to allow the Engineer In-Charge ample time for scrutiny. No claims
for extension of time shall be entertained because of any delay in the work due to his failure to
produce shop drawings at the right time, in accordance with the approved program.

52.8. Before taking up the work, the contractor shall also provide integrated drawings for various
civil and electrical services showing details of lay out plan including sectional elevations.
Contractor shall plan and mobilize his resources as per the integrated drawings and as per the
site conditions to facilitate convenient execution, installation as well as maintenance of these
services. Nothing extra shall be payable on this account.

52.9. The contractor shall produce all the materials in advance so that there is sufficient time for
testing and approving of the material and clearance of the same before use in work.

52.10. Materials used on work without prior inspection and testing (where testing is necessary) and
without approval of the Engineer-in-Charge are liable to be considered unauthorized, defective
and not acceptable. The Engineer-in-Charge shall have full powers to order the removal of any
or all of the materials brought to site by contractor which are not in accordance with the contract
specifications or do not confirm, in character or quality to the samples approved by the
Engineer-in-Charge. In case of default on the part of the contractor in removing rejected
materials, the Engineer-in-Charge shall be at liberty to have them removed at the risk and cost
of the contractor

52.11. The contractor shall provide at his own cost, suitable weighing, surveying, levelling and
measuring arrangements as may be necessary and directed by Engineer in charge at site for
checking. All such equipment shall be got calibrated in advance from laboratory, approved by
the Engineer-in-Charge. Nothing extra shall be payable on this account.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-343
52.12. The contractor shall give performance test of the entire installation(s) as per the specifications
& codes in the presence of the Engineer-in-charge or his authorized representative before the
work is finally accepted and nothing extra what-so-ever shall be payable to the contractor for
the test

52.13. Wherever work is specified to be done through specialized agencies, their names shall be got
approved well in advance from Engineer in charge. Failure to do so shall not justify delay in
execution of work. The contractor should negotiate with concerned specialist agencies and send
their names with all required requisite documents, for approval to Engineer in charge within 30
days of issue of letter of award of work

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

52.15. The contractor shall provide at his own cost suitable weighing and measuring arrangements at
site for checking the weight / dimensions as may be necessary for execution of work. The sealed
samples are to be handed over to the testing lab by contractor in the presence of Junior
Engineer/Assistant Engineer-in-Charge of work

52.16. Samples of various materials required for testing shall be provided free of charge by the
contractor. Testing charges, if any, shall be borne by the contractor. All other expenditure
required to be incurred for taking the samples, conveyance, packing etc. shall be borne by the
contractor himself.

52.17. The contractor or his authorized representative shall associate in collection, preparation,
forwarding and testing of such samples. In case, he or his authorized representative is not
present or does not associate him, the results or such tests and consequences thereon shall be
binding on the contractor

52.18. For certain item, if frequency of tests is not mentioned in the CPWD Specifications, then
relevant BIS code shall be followed and tests shall be carried out as per the frequency specified
therein

52.19. If any load testing or special testing is to be done for any sample whose strength is doubtful,
the cost of the same shall also be borne by the contractor.

52.20. Samples of all materials and fittings to be used in the work in respect of brand manufacturer
and quality shall be got approved from the Engineer-in-Charge, well in advance of actual
execution and shall be preserved till the completion of the work. If a particular brand of material
is specified in the item of work in Schedule of Quantity, the same shall be used after getting
the same approved from Engineer-in-Charge. Wherever brand / quality of material is not
specified in the item of work, the contractor shall submit the samples as per approved list of
brand names given in the tender document / additional specifications for approval of Engineer-
in-charge. For all other items, materials and fittings of ISI Marked shall be used with the
approval of Engineer-in-Charge. Wherever ISI Marked material / fittings are not available, the
contractor shall submit samples of materials / fittings manufactured by firms of repute

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-344
conforming to relevant specifications or IS codes and use the same only after getting the
approval.

52.21. To avoid delay, contractor should submit samples as stated above well in advance so as to give
timely orders for procurement. If any material, even though approved by Engineer-in-Charge
is found defective or not conforming to specifications shall be replaced / removed by the
contractor at his own risk & cost

52.22. The contractor shall get the source of all other materials, not specified elsewhere in the
document, approved from the Engineer-in-Charge. The contractor shall stick to the approved
source unless it is absolutely unavoidable. Any change shall be done with the prior approval of
the Engineer-in-Charge for which tests etc. shall be done by the contractor at his own cost.
Similarly, the contractor shall submit brand/ make of various materials not specified in the
agreement, to be used for the approval of the Engineer-in-Charge along with samples and once
approved, he shall stick to it

52.23. The contractor shall get the source of various raw materials namely aggregate, cement, sand,
steel, water etc. to be used on the work, approved from the Engineer-in-Charge and trial mixes
for controlled concrete shall be done using the approved materials. The contractor shall stick
to the approved source unless it is absolutely unavoidable. Any change shall be done with the
prior approval of the Engineer-in-Charge for which tests etc. shall be done by the contractor at
his own cost.

52.24. Similarly, the contractor shall submit brand/make of various materials to be used for the
approval of the Engineer-in-Charge along with samples and once approved, he shall stick to it.
Any change will have to be got approved from engineer in charge in advance.

52.25. The contractor shall get the water tested with regard to its suitability and conforming to the
relevant IS Code. The contractor shall obtain written approval from the Engineer-in-Charge
before he proceeds by using the same for execution of work. The water testing charges shall be
borne by the contractor. If tube well water is not suitable, the contractor shall arrange Municipal
water or from any other source at his own cost and nothing extra shall be paid on this account.
The water shall be got tested at frequency specified in latest CPWD Specifications / BIS Code

52.26. No concreting shall be done until the mix-design is approved by Engineer-in-charge. In case of
change of source or characteristic properties of the ingredients used in the concrete mix-design
during the work, a revised concrete mix-design conducted by laboratory established at site shall
be submitted by the contractor as per the direction of the Engineer-in-charge. Nothing extra
shall be paid on this account. No claim for extra time or delay, whatsoever, on this account
shall be entertained.

52.27. The contractor shall submit shop drawings of staging and shuttering arrangement, stone
cladding and other works including mock work as desired by Engineer-in-Charge for his
approval before execution. The contractor shall also submit bar bending schedule for approval
of Engineer-in-Charge before execution.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-345
52.28. Before taking up the finishing work such as Flooring, Plastering, sample unit of toilet, room
etc., contractor shall prepare full-scale sample for large-scale repetitive items and get approved
from Engineer-in-Charge before taking up for execution on large scale.

52.29. Based on the samples approved by the Engineer-in-Charge for various flooring and dado /
cladding, materials as specified hereinafter, the contractor shall prepare mockup(s) at site of
work as specified under relevant flooring and dado / cladding items, for approval of quality of
workmanship and material specified. If the quality of the workmanship and the material is as
per the required standards and approved by the Engineer-in- Charge, the mock up shall be
allowed as part of the work and measured for payment. Otherwise, it shall be dismantled by
the contractor as directed by the Engineer-in-Charge and taken away from the site of the work
at his own cost. The mock up(s) so made shall be kept till completion of respective works for
reference. Nothing extra shall be payable on this account

52.30. The contractor shall prepare & display mock-ups in actual position of each and every item and
obtain approval of Engineer-in-charge before execution en masse. The mockup shall be
preserved for the purpose of reference till completion of the item represented by the mockup.
Similarly, the contractor shall prepare sample toilet blocks comprising of all finishes and
fittings included in the scope of this contract. Approval of Engineer-in-charge shall be obtained
before taking up finishing works en masse. The work executed in approved mock ups/sample
units in actual position forming part of the main work shall be deemed to be included the scope
of work and quoted rates of the contract. However the contractor shall have to dismantle and
remove the rejected mock up / sample from the site of work at his cost

52.31. The contractor shall invariably prepare the samples of finishing items i.e. flooring of different
types, external & internal finishing i/c colour scheme of paint, tiles in dado, flooring in
platforms & staircase, water supply & sanitary fittings and any other item as per direction of
Engineer-in-charge. The contractor shall proceed with further finishing items only after getting
the samples of these items approved in writing from Engineer-in-charge. Toilets and in case of
construction of residential quarters, one sample quarter complete in all shape for each category,
shall be prepared by the contractor and got approved from Engineer-in-charge in writing. The
contractor shall be allowed to proceed with further quarters only after getting the sample
quarters approved in writing from Engineer-in-charge No extra claim whatsoever beyond the
payments due at agreement rates will be entertained from the contractor on this account

52.32. The construction joints shall the provided in predetermined locations only as decided by
Engineer in charge. The cost of shuttering for these construction joints shall be included in item
of Concrete work / RCC work and nothing extra shall be payable on this account to the
contractor

52.33. Water tanks, taps, sanitary, water supply and drainages pipes, fittings and accessories should
conform to the specifications provided in bidding documents, if CPWD Specifications are not
available, NBC–2016, IS codes shall be follows. The contractor(s) should engage approved,
licensed plumbers for the work and get the materials (fixtures/fittings) tested, by the municipal
Body/Corporation authorities wherever required at his own cost. The Contractor(s) shall submit

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-346
for the approval of the Engineer-in-Charge the name of the plumbing Agency proposed to be
engaged by him.

52.34. All the hidden items such as water supply lines, drainage pipes, conduits, sewers etc. are to be
properly tested as per the design conditions submitted before covering.

52.35. The contractor shall give a performance test of the entire installation(s) as per standing
specifications before the work is finally accepted by making his own arrangements for water
supply, electricity etc. and nothing extra whatsoever shall be payable to the contractor for the
test

52.36. Door/window frames/shutters and other factory-made materials shall be procured from reputed
and approved manufacturers or their authorized dealers. Decision of Engineer-in-charge in this
regard shall be final and binding.

53. THIRD PARTY QUALITY ASSURANCE: In order to achieve a high standard of quality, it shall be
required to go for Third Party Quality Assurance. For this purpose, a separate agency shall be appointed
by the owner/employer who will carry out independent testing of materials and checking and ensuring
overall quality procedures. The contractor shall be required to fully cooperate with agency and facilitate
them in taking samples, transportation and examination of various activities including documentation
at no extra time and cost to the owner/employer. In case of any adverse findings by the Third party
agency, the contractor shall do the needful rectifications at no extra time and cost to the owner. The
Engineer-in-charge shall be at liberty for getting quality assurance work done through agencies like IIT
sand NITs or any other agency approved by competent authority at its own cost. The successful tenderer
shall include the provisions of Quality Assurance while framing the proposed methodology for tests

54. Testing of Materials:

54.1. Laboratory at site: The contractor shall establish and make functional, a testing lab at site
within one month from the award of work, without any extra cost to the department with testing
equipment’s and materials for the field and laboratory tests as mentioned in the list of
mandatory tests given in CPWD Specifications 2019 Vol. 1 & 2 and as provided in this bid
document. In case of non-compliance / delay in compliance in this, a recovery @ Rs. 5000/-
per day will be imposed which will be recovered from the immediate next R/A Bill of the
Contractor. Nothing extra shall be payable to him on this account. The representatives of the
department shall be at liberty to inspect the testing facilities at site and conduct testing at
random in consultation with Engineer in charge. The contractor shall provide all necessary
facilities for the purpose. The laboratory shall be equipped, inter alia, with the following
equipment

a. Balances:

i. 7 kg to 10 kg capacity, digital type – Accuracy 10 gm.


ii. 500 gm capacity, digital type Accuracy 1 gm.
iii. Digital Pan Balance- 5 kg Capacity- Accuracy 10 gm

b. Ovens- Electrically operated, thermostatically controlled up to 1100 C- Sensitivity 10C.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-347
c. Sieves: as per IS: 460

i. IS Sieves – 450 mm internal dia of sizes 100 mm, 80 mm, 63 mm, 50 mm, 40 mm, 25
mm, 20 mm, 12.5 mm, 10 mm, 6.3 mm, 4.75 mm, complete with lid and pan.
ii. IS Sieves – 200 mm or 300 mm internal dia (brass frame) of sizes 2.36 mm, 1.18 mm,
500 microns, 425 microns, 300 microns, 212 microns, 150 microns, 90 microns, 75
microns with lid and pan.
iii. Sieve shaker capable to handle of 200 mm, 300 mm and 450 mm dia sieves, electrically
operated with timing switch assembly.
iv. Equipment for slump test- slump cone, steel plate, taping rod, steel scale, scoop.
v. Minimum number of equipment for concrete testing
vi. Concrete cube moulds 15x15x15cm : 18Nos.
vii. Pruning Rods 2Kg weight length 40cm and ramming face 25mm : 1 No.
viii. Extra Bottom plates for 15cm cube mould : 6 Nos.
ix. Standard Vibration table for cubes : 1 No
x. Dial gauges 25 mm travel- 0.01 mm/division Least count- : 1 No.
xi. Electrically operated Compression testing machine of 100 tonne capacity : 1 No.
d. Digital Vernier
e. Digital micrometer screw gauge.
f. Elcho meter for measuring all type of paint/powder coating thickness on all materials.
g. Ultrasonic pulse velocity apparatus for testing of concrete.
h. Digital distance measuring meter with range of 80 meter.
i. Digital moisture meter.
j. Digital infrared temperature meter.
k. Multi line rotating laser instrument of Hilti or equivalent for plumbing, aligning, levelling and
squaring functions for indoor and outdoor.
l. Pressures pump apparatus for testing of concealed water supply lines for leakage.
m. Testing apparatus with all required chemicals for testing of water for construction including
quick ready to use compact kits.

Not less than 90% tests for material be performed at site lab with above stated equipment’s,
however at least 10% testing of materials shall be got done from external laboratories approved
by Engineer in charge. However, for the tests to be carried out by the external laboratories, the
contractor shall supply free of charge all the materials required for testing, including
transportation. If the tests which were to be conducted in the site laboratory are conducted in
other laboratories for any the reasons the cost of such tests shall be borne by the contractor.

54.2. Other Laboratories: The contractor shall arrange carrying out all tests required under the
agreement through the laboratory as approved by the Engineer-in-Charge and shall bear all
charges in connection therewith including charges for testing for all materials.

a. All the test in field lab setup at Construction Site shall be carried out by the Quality control
team to be engaged by the Agency which can be witnessed by Engineer-in-charge or his/her
designee. A daily report of Tests to be conducted on a day shall be submitted to Engineer-in-
charge or his/her designee

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-348
b. The Agency shall allow access to Third Party Quality Assurance Agency (TPQAA) engaged
by Engineer-in-charge to have a control on quality and methodology of execution. At least 20%
of Samples of materials including Cement Concrete Cubes shall be taken jointly by Agency
and TPQAA / Engineer-in-charge or his authorized representative. All arrangements for
transporting and getting the sample to be tested out side shall be made by the Agency.

i. Samples for testing, as per approved Quality Assurance Plan, shall be provided by
contractor at his cost. The Employer may require additional samples for testing at
contractor’s cost. Cost of assistance, labour, electricity, fuel, stores, apparatus and
instruments, consumables and tests performed at site shall be borne by contractor. Cost of
packing and forwarding and testing charges for the tests those cannot be performed at site
and to be performed in outside laboratories shall be borne by the Contractor. All costs
involved in carrying out the tests and other incidental expense thereto shall be borne by the
contractor regardless of the result of the tests

54.3. All tests to be performed outside the field lab shall only be carried out in laboratories approved
by NABL unless specifically approved by the Engineer-in-charge. It is also a term of the
agreement that out of tests which can be carried out in field laboratory, minimum 20% of
important tests e.g. concrete cube tests, test for cement etc., or the tests as directed by Employer,
shall be got done through laboratories approved by NABL. For all tests, the contractor shall
supply free of charge all the materials required for testing and the testing charges shall be borne
by the contractor. No extra claims whatsoever on this account shall be admissible
54.4. Non-destructive test methods such as core test and ultrasonic pulse velocity test shall be carried
out by the contractor at his own expense if so desired by the Employer. Such tests shall be
carried out by an agency approved by the Employer and shall be done using only recommended
testing equipment. The acceptance criteria for these tests shall be as specified by the testing
agency or good engineering practice and as approved by the Employer.

55. Maintenance of site Register

55.1. All the registers of tests carried out at construction site or in outside laboratories shall be
maintained by the contractor which shall be issued to the contractor by Engineer-in-Charge in
the same manner as being issued to CPWD field staff. The various registers to be issued to and
maintained by the contractor are:
a. Materials at site account register
b. Cement register
c. Master test registers
d. Cube test register
e. Paint/chemical register
f. Inspection register
g. Drawing register

55.2. All the entries in the registers will be made by the designated engineering staff of the contractor
and same should be regularly reviewed by JE/AE/EE.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-349
55.3. All the registers of tests carried out at construction site or in outside laboratories shall be
maintained by the contractor which shall be issued to the contractor by Engineer-in-Charge in
the same manner as being issued to CPWD field staff.
55.4. All samples of materials including cement concrete cubes shall be taken jointly with contractor
by JE and out of this at least 50% samples shall be taken in presence of AE in charge. If there
is no JE, all samples of materials including cement concrete cubes shall be taken by AE jointly
with contractor. All the necessary assistance shall be provided by the contractor. Cost of
sampling & testing are to be borne by the contractor and he shall be responsible for safe custody
of samples to be tested at site/ outside laboratory.
55.5. All the tests in field lab at construction site shall be carried out by the Engineering staff
deployed by the contractor and shall be 100% witnessed by JE/AE and 50% of tests shall be
witnessed by AE –in-Charge. At least 10% of the tests are to be witnessed by the Executive
Engineer. Minimum 20% of all samples should be tested in outside approved laboratory/ Govt.
Engineering colleges.
55.6. Submission of copy of all test registers, material at site register along with each alternate
running account bill and final bill shall be mandatory. These registers should be duly checked
by AE(P) in division office

56. Ultrasonic Pulse Velocity Method of Test for RCC

56.1. The under lying principle of assessing the quality of concrete is that comparatively higher
velocities are obtained when the quality of concrete in terms of density, homogeneity and
uniformly is good. The consistency of the concrete as regards its general quality gets
established. In case of poorer quality lower velocities are obtained. If there are cracks, voids or
flaws inside the concrete which come in the way of transmission of pulse, lower velocities are
obtained
56.2. Velocity criterion for Concrete Quality Grading: The quality of concrete in terms of uniformity,
incidence or absence of internal flaws, cracks and segregation etc. indicative of the level of
workmanship employed, can thus be assessed using the guidance given in table below, which
have been evolved for characterizing the quality concrete in structure in term of the ultrasonic
pulse velocity.

S. No Pulse Velocity by Cross Probing (Km/Sec.) Concrete Quality Grading


1 Above 4.5 Excellent
2 4.5 to 3.5 Good
3 3.5 to 3.0 Medium
4 below 3.0 Doubtful

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

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

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-350
56.4. 5% of the total number of RCC members in each category i.e. beam, column, slab and footing
may be tested by UPV test method for establishing quality of concrete. It is suggested that test
be conducted on RCC beam near joint with column, on RCC column near joint with beam, on
RCC footings and rafts. On RCC rafts a suitable grid can be worked out for determining number
of tests. In addition, doubtful areas such as honeycombed locations, locations, where
continuous seepage is observed, construction joints and visible loose pockets will also be
tested.

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

57. Removal of Rejected / Sub-standard Materials:

57.1. The following procedure should be followed in case of removal of rejected/sub-standard


materials from the site of work:

a. Whenever any material brought by the contractor to the site of work is rejected, entry thereof
should invariably be made in the site order book under the signature of the AE/AEE giving
approximate quantity of such materials.

b. As soon as the material is removed, a certificate to that effect may be recorded by the AE/AEE
against the original entry, giving the date of removal a mode of removal i.e. whether by truck,
carts or by manual labour. If removal is by truck, the registration number of the truck should
be recorded.

c. When it is not possible for the AE/AEE to be present at the site of work at the time of actual
removal of the rejected/sub-standard materials from the site the required certificate should be
recorded by the Junior Engineer and the AE/AEE should countersign the certificate recorded
by the Junior Engineer.

58. AS BUILT DRAWINGS:

58.1. On completion of work, the Contractor(s) shall submit at his own cost four prints of “as built”
drawings to the Engineer-in-Charge within 30 days of completion of work. These drawings
shall have the following information amongst other information that may be directed by
Engineer in charge.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-351
a. Run off all piping and their diameters including soil waste pipes and vertical stacks.

b. Ground and invert levels of all drainage pipes together with locations of all manholes and
connections, up to outfall.

c. Run off all water supply line with diameters, locations of control valves, access panels etc.

d. All literatures, manuals, warranty certificates etc. of various installed fittings, fixtures and
equipment for the completed projects

e. The contractor shall make available four (04) sets of computerized Standard Measurement
Books (SMBs) as per CPWD works manual having measurement of all the permanent standing
in a building.

Final bill will not be paid and Security Deposit shall not be released until submission of as built
drawings as above and no claim, whatsoever, shall be admissible for non-payment of final bill
or security deposit on account of non-submission of aforesaid as built drawings with required
details & SMB.

59. The contractor shall render all help and assistance in documenting the total sequence of this project by
way of photography, slides, audio-video recording etc. nothing extra shall by payable to the contractor
on this account.

60. The contractor shall keep himself fully informed of all acts and laws of the Central & State
Governments, all orders, decrees of statutory bodies, tribunals having any jurisdiction or authority,
which in any manner may affect those engaged or employed and anything related to carrying out the
work. All the rules & regulations and bye-laws laid down by Collector / Central/State Govt. and any
other statutory bodies shall be adhered to, by the contractor, during the execution of work. The
contractor shall also adhere to all traffic restrictions notified by the local authorities. All statutory taxes,
levies, charges (including water and sewerage charges, charges for temporary service connections and
/ or any other charges) payable to such authorities for carrying out the work, shall be borne by the
Contractor. The water charges (for municipal water connection as well as tanker water) shall be borne
by the contractor. Also, if the contractor obtains water connection for the drinking purposes from the
municipal authorities or any other statutory body, the consequent sewerage charges shall be borne by
the contractor. The Contractor shall arrange to give all notices as required by any statutory / regulatory
authority and shall pay to such authority all the fees that is required to be paid for the execution of
work. He shall protect and indemnify the Department and its officials & employees against any claim
and /or liability arising out of violations of any such laws, ordinances, orders, decrees, by himself or by
his employees or his authorized representatives. Nothing extra shall be payable on these accounts. The
fee payable to statutory authorities for obtaining the various permanent service connections and
occupancy Certificate for the building shall be borne by the Department

61. The contractor shall protect and indemnify the CPWD, its officials & employees against any claim and
/or liability arising out of violations of any such laws, ordinances, orders, decrees, by himself or by his
employees or his authorized representatives or any of his other direct or indirect action taken in relation
to the execution of this work. Nothing extra shall be payable on these accounts. In case of failure on
part of the contractor in this respect, department shall be free to recover any such amount due to the

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-352
contractor under this contract or any other contract under the government and the decision of the
Engineer in charge in this regard shall be final and binding on the contractor.

62. The contractor shall assume all liability, financial or otherwise in connection with this contract and
shall protect and indemnify the CPWD, its officials & employees from any and all damages and claims
that may arise on any account. The Contractor shall indemnify the department CPWD against all claims
in respect of patent rights, royalties, design, trademarks- of name or other protected rights, damages to
adjacent buildings, roads or members of public, in course of execution of work or any other reasons
whatsoever and shall himself defend all actions arising from such claims and shall indemnify the
department in all respect from such actions, costs and expenses. Nothing extra shall be payable on this
account. In case of failure on part of the contractor in this respect, department shall be free to recover
any such amount due to the contractor under this contract or any other contract under the government
and the decision of the Engineer in charge in this regard shall be final and binding on the contractor

63. WATER PROOFING TREATMENT OF ALL TYPES OF WORK: The water proofing work shall
be carried out by specialized water proofing agencies. The Contractor(s) shall submit for the approval
of the Engineer-in-Charge, the names of specialized agencies, of repute alongwith their technical
capability proposed to be engaged by him, who have executed satisfactorily a minimum of three works
of value not less than 40% of corresponding value each or two works of value not less than 60% each
or one work of value not less than 80% of corresponding amount in the last five years. For calculation
purpose only, cost of waterproofing works will be taken as Rs. 2.00 Cr

64. PILE WORK: The pile work, if required as per design shall be carried out by specialized agency
having experience in pile works. The Contractor(s) shall submit for the approval of the Engineer-in-
Charge, the names of specialized agencies, of repute alongwith their technical capability proposed to
be engaged by him, who have executed satisfactorily a minimum of three works of value not less than
40% of corresponding value each or two works of value not less than 60 % each or one work of value
not less than 80% of corresponding amount in the last five years. For calculation purpose only, cost of
pile works will be taken as Rs. 10.00 Cr

65. ALUMINIUM/GLASS WORK: The aluminium/glass work shall be carried out by specialized agency
having adequate workshop with necessary equipments and having the experience in aluminium/glass
works. The Contractor(s) shall submit for the approval of the Engineer-in-Charge, the names of
specialized agencies, of repute alongwith their technical capability proposed to be engaged by him, who
have executed satisfactorily a minimum of three works of value not less than 40% of corresponding
value each or two works of value not less than 60 % each or one work of value not less than 80% of
corresponding amount in the last five years. For calculation purpose only, cost of aluminium/glass
works will be taken as Rs. 2.00 Cr.

66. STRUCTURAL GLAZING WORK: The structural glazing work shall be carried out by specialized
agency having adequate workshop with necessary equipments and having the experience in structural
glazing works. The Contractor(s) shall submit for the approval of the Engineer-in-Charge, the names
of specialized agencies, of repute alongwith their technical capability proposed to be engaged by him,
who have executed satisfactorily a minimum of three works of value not less than 40% of corresponding
value each or two works of value not less than 60 % each or one work of value not less than 80% of

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-353
corresponding amount in the last five years. For calculation purpose only, cost of structural glazing
works will be taken as Rs. 1.00 Cr

67. The work shall be carried out in accordance with the Architectural drawings and structural drawings
duly proof checked, to be prepared and submitted by architectural/structural consultants engaged by
the contractor, after approval by the Engineer-in-Charge. Before commencement of any item of work
the contractor shall correlate all the relevant architectural and structural drawings, nomenclature of
items and specifications etc. issued for the work and satisfy himself that the information available there
from is complete and unambiguous. The figure and written dimension of the drawings shall be
superseding the measurement by scale. The discrepancy, if any, shall be brought to the notice of the
Engineer-in-charge before execution of the work. The contractor alone shall be responsible for any loss
or damage occurring by the commencement of work on the basis of any erroneous and or incomplete
information and no claim whatsoever shall be entertained on this account.

68. SAMPLE OF MATERIALS: BIS marked materials except otherwise specified shall be subjected to
quality test at the discretion of the Engineer-in-Charge besides testing of other materials as per the
specifications described for the item/material. Wherever BIS marked materials are brought to the site
of work, the contractor shall, if required, by the Engineer-in-Charge furnish manufacturer’s test
certificate or test certificate from approved testing laboratory to establish that the material / procured
by the contractor for incorporation in the work satisfies the provisions of specifications/BIS codes
relevant to the material and / or the work done.

69. For certain items, if frequency of tests not mentioned in the CPWD Specifications and then relevant IS
code shall be followed and tests shall be carried out as per the frequency specified therein.

70. The contractor shall be fully responsible for the safe custody of materials brought by him/issued to him
even though the materials may be under double lock and key system.

71. The contractor shall procure the required materials in advance so that there is sufficient time for testing
of the materials and approval of the same before use in the work. The contractor shall provide at his
own cost suitable weighing and measuring arrangements at site for checking the weight / dimensions
as may be necessary for execution of work. The sealed samples are to be handed over to the testing lab
by contractor in the presence of Junior Engineer/Assistant Engineer-in-Charge of work.

72. Malba, rubbish & other waste materials shall be reused at site as directed by Engineer-in-Charge or
disposed off to recycling agents. No deduction on this account shall be made from the agency as well
as no extra payment will be made to agency if it is disposed at pre-defined location within the campus.

73. Pour card, check-list for Execution of work: As and when any important item is taken up for execution,
the Agency shall submit the specifications and develop a checklist and Pour card. This sample checklist
should be got approved from the Engineer-in-charge and should be used at site. This check list should
be shown to the Engineer-in-charge or his/her designee during inspection. This procedure is to be
followed for all hidden items, CC/RCC work, Steel- reinforcement, shuttering, doors & windows,
plumbing, including water supply pipe lines, roof treatment, earth filling etc.

74. Method Statement: The agency shall submit a 'Method statement' for each important activity for the
approval of the Engineer-in-charge soon after the award of work to him. The 'Methods statement' is a

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-354
statement by which the construction procedures for any activity of construction are formulated and
stated in chronological order. The 'Methods statement', should have a description of the item with
elaborate procedures in steps to implement the same, the specifications of the materials involved, their
testing and acceptance criteria, equipment to be used, Precautions to be taken, steps of measurement,
etc.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-355
GUARANTEE BONDS

ANNEXURE-I
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF STONEWORK/ TILE WORK.

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one
part) and the President of India (hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
...................... and made between the GUARANTOR ON THE ONE PART AND the Government on the
other part whereby the contractor inter alias undertook to render the work in the said contract structurally
stable, workmanship, finishing and use of sound materials.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain structurally stable and guaranteed against faulty workmanship, finishing and materials.

NOW THE GUARANTOR hereby guarantee that work executed by him will remain structurally stable
after the expiry of maintenance period prescribed in the contract for the minimum life of five years to be
reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects to the satisfaction of the Engineer-
in-Charge calling upon him to rectify the defects failing which the work shall be got done by the Department
by some other contractor at the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the
cost payable by the Guarantor shall be final and binding.

That if the guarantor fails to make good all the defects, commits breach there under, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may
be incurred by him by reason of any default on the part of the GUARANTOR in performance and
observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred
by the Government, the decision of the Engineer-in-Charge will be final and binding on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator .......................and
........................................ by ................................. for and on behalf of the President of India on the day,
month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of :

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................in the presence
of :

1. ............................................... 2. ..........................................

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-356
ANNEXURE-II
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF WATER-PROOFING WORKS.

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one
part) and the PRESIDENT OF INDIA (hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
...................... and made between the GUARANTOR ON THE ONE PART AND the Government on the
other part whereby the contractor inter alia undertook to render the building and structures in the said
contract completely water and leak-proof.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain water and leak proof, for Ten years from the date of giving water proofing treatment.

NOW THE GUARANTOR hereby guarantee that work executed by him will render the structures
completely leak proof and the minimum life of such water proofing treatment shall be Ten years to be
reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect being
found render the building waterproof to the satisfaction of the Engineer-in-Charge calling upon him to
rectify the defects failing which the work shall be got done by the Department by some other contractor at
the Guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the
Guarantor shall be final and binding.

That if the guarantor fails to execute the water proofing or commits breach there under, then the guarantor
will indemnify the principal and his successor against all loss, damage, cost expense or otherwise which
may be incurred by him by reason of any default on the part of the GUARANTOR in performance and
observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred
by the Government, the decision of the Engineer-in-Charge will be final and binding on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator .......................and
........................................ by ................................. for and on behalf of the PRESIDENT OF INDIA on the
day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:

1. ................................................ 2. ...........................................

SIGNED FOR AND BEHALF OF THE PRESIDENT OF INDIA BY ...................................in the presence
of:

1. ............................................... 2. ..........................................

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-357
ANNEXURE-III
GUARANTEE TO BE EXECUTED BY THE CONTRACTOR FOR REMOVAL OF DEFECTS
AFTER COMPLETION IN RESPECT OF SANITARY INSTALLATIONS / WATER SUPPLY /
DRAINAGE WORK AND ALUMINIUM WORK

The agreement made this.................... day of ................. Two Thousand .............. between
....................................S/o ...............................................(hereinafter called the GUARANTOR on the one
part) and the PRESIDENT OF INDIA (hereinafter called the Government on the other part)

WHEREAS THIS agreement is supplementary to a contract (Hereinafter called the Contract) dated
.................................. and made between the GUARANTOR ON THE ONE PART AND the Government
on the other part, whereby the contractor inter alia, undertook to render the work in the said contract
structurally stable, leak proof and sound material, workmanship, anodizing, colouring, sealing etc.

AND WHEREAS THE GUARANTOR agreed to give a guarantee to the affect that the said work will
remain structurally stable, leak proof and guaranteed against faulty material and workmanship, defective
anodizing / Powder coat colouring and finishing for ………. years from the date of completion of work.

NOW THE GUARANTOR hereby guarantee that work executed by him will be free from any leakage,
seepage, cracks in pipes and guaranteed against faulty material and workmanship, defective galvanizing for
five years to be reckoned from the date after the expiry of maintenance period prescribed in the contract.

The decision of the Engineer-in-Charge with regard to nature and cause of defect shall be final.

During this period of guarantee, the guarantor shall make good all defects and in case of any defect to
satisfaction of Engineer-in-Charge at his cost and shall commence the work for such rectification within
seven days from the date of issue of the notice from the Engineer-in-Charge calling upon him to rectify the
defects failing which the work shall be got done by the Department by some other contractor at the
guarantor’s cost and risk. The decision of the Engineer-in-Charge as to the cost payable by the Guarantor
shall be final and binding.

That if the guarantor fails to make good all defects or commits breach there under, then the guarantor will
indemnify the principal and his successor against all loss, damage, cost expense or otherwise which may
be incurred by him by reason of any default on the part of the GUARANTOR in performance and
observance of this supplementary agreement. As to the amount of loss and/or damage and or cost incurred
by the Government, the decision of the Engineer-in-Charge will be final and binding on both the parties.

IN WITHNESS WHEREOF these presents have been executed by the obligator......................

....................................................... and ................................................. by ........................................... for


and on behalf of the PRESIDENT OF INDIA on the day, month and year first above written.

SIGNED, sealed and delivered by OBLIGATOR in the presence of:

1. .................................................... 2. ............................................

SIGNED FOR AND ON BEHALF OF THE PRESIDENT OF INDIA BY......................... in the presence
of:

1. ................................................... 2. ............................................

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-358
ANNEXURE-IV
FORM OF PERFORMANCE SECURITY/ BANK GUARANTEE BOND

In consideration of the President of India (hereinafter called “the Government”) having agreed under the
terms and conditions of agreement No.________ dated________ made between ___________________
and____________________________{hereinafter called “the said contractor(s)”} for the work
_____________________________________________________________________________________
_____________________________________________________________________________________
(hereinafter called “the said agreement”) having agreed to production of an irrevocable Bank Guarantee for
Rs._____________________(Rupees__________________________________ only) as a security/
guarantee from the contractor(s) for compliance of his obligations in accordance with the terms and
conditions in the said agreement,

We _________________________________________(indicate the name of the Bank) (hereinafter


referred to as “the Bank”) hereby undertake to pay to the Government an amount not exceeding
Rs.___________/- (Rupees_________________________________ only) on demand by the Government.

2. We _____________________________________________ do hereby undertake to (indicate the name


of the Bank) pay the amounts due and payable under this Guarantee without any demure, merely on a
demand from the Government stating that the amount claimed is required to meet the recoveries due or
likely to be due from the said contractor (s). Any such demand made on the Bank shall be conclusive
as regards the amount due and payable by the bank under this Guarantee. However, our liability under
this guarantee shall be restricted to an amount not exceeding Rs._________________/
(Rupees_______________________ only).

3. We, the said bank further undertake to pay to the Government any money so demanded notwithstanding
any dispute or disputes raised by the contractor(s) in any suit or proceeding pending before any court
or Tribunal relating thereto, our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge of our liability for payment there
under and the contractor(s) shall have no claim against us for making such payment.

4. We________________________________________ further agree that the guarantee (indicate the


name of the Bank) herein contained shall remain in full force and effect during the period that would
be taken for the performance of the said agreement and that it shall continue to be enforceable till all
the dues of the Government under or by virtue of the said agreement have been fully paid and its claims
satisfied or discharged or till Engineer-in-Charge, on behalf of the Government, certifies that the terms
and conditions of the said agreement have been fully and properly carried out by the said contractor(s)
accordingly discharges this guarantee.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-359
5. We__________________________________ further agree with the Government that (indicate the
name of the Bank) the Government shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
agreement or to extend time of performance by the said contractor(s) from time to time or to postpone
for any time or from time to time any of the powers exercisable by the Government against the said
contractor(s) and to forbear or enforce any of the terms and conditions relating to the said agreement
and we shall not be relieved from our liability by reason of any such variation, or extension being
granted to the said contractor(s) or for any forbearance, act of omission on the part of the Government
or any indulgence by the Government to the said contractor(s) or by any such matter or thing whatsoever
which under the law relating to sureties would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the
contractor(s).

7. We_________________________________________________ lastly undertake not to (Indicate the


name of bank) revoke this guarantee except with the previous consent of the Government in writing.

8. This guarantee shall be valid up to_____________ unless extended on demand by Government.


Notwithstanding anything mentioned above, our liability against this Guarantee is restricted to
Rs.____________/-(Rupees_____________________ only) and unless a claim in writing is lodged
with us within six months of the date of expiry or the extended date of expiry of this guarantee, all our
liabilities under this guarantee shall stand discharged.

Dated the _______ day of______________________for________________________________________


(Indicate the name of the Bank)

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-360
LIST OF PREFERRED MAKES FOR CIVIL WORKS

Sr. Name Of Product/ Material Preferred Brand Names


No.
A PCC & RCC
1 Ordinary Portland Cement (Grey) Ultratech/ Vikram/ Ambuja/ Jaypee Cement / J.K.
(43 Grade) Cement.
2 Portland Puzzolona Cement (Grey) Ultratech/ Vikram/ Ambuja/ Jaypee Cement / J.K.
(43 Grade) Cement.
3 White Cement Birla Wall Care Putty/JK White/ Ultratech
4 Reinforcement Steel Sail/ Tata Steel Ltd./ RINL/ Jindal Steel & Power
Ltd. / JSW Steel Ltd.
5 Ready Mix Concrete The contractor to install his own computerized
batching plant of minimum 30 cum/hour and
arrange for transit mixers, pumps etc. as per
approval of Engineer-in-charge.
6 Plasticizer, Super Plasticizer, Admixtures M.C. Bauchemie/ Fosroc/ Sika 5202/ Asian Paints
7 Parallel Threaded Couplers Conforming Dextra India /G-Tech/Usha Martin/ Ascon/
To IS: 6172:2014 Splicing
8 Curing Compound Sika (antisole EWP)/ Fosroc/ Cico/ Mapei/ Aneeb
Chemicals
9 AAC Block ISI Marked Biltech, ECO Green, Finecrete, J.K Lakshmi
Cement LTD, Indo Bhutan/Ferrouscrete
B Water Proofing
1 Water Proofing Compound (Crystalline) Kryton KIM/ Penetron/ Xypex C2000
2 PU liquid applied Membrane/ Coating WR Grace/ Fosroc/ Sika/ Mapei
3 HDPE Water Proofing Membrane WR Grace / Fosroc / Sika
4 Self Adhesive Water Proofing (SBR WR Grace / Fosroc/ Sika/ Kintop/ Mapei
Bituthene) Membrane (Wet bonded)
5 Water Swellable Water Stop Tape Penetron/ Kryton/ WR Grace/ Xypex / Sika /
Fosroc
6 SRI Coating Sika / BASF/ Fosroc/ WR Grace
7 PU Puff Panels Sika / BASF/ Fosroc/ WR Grace
8 Water proofing in Sunken area with Sika / BASF/ Fosroc/ WR Grace/ Kryton/ Penetron
integral Crystaline Slurry coat
C Water Supply
1 Stainless Steel Pipes & Fittings Viega/ J Press / Vsteel/Platinox
2 Gi Pipe Jindal (Hissar)/ Tata/ Bhushan Power Steel/ Sail
3 RCC NP2 Hume Pipe Ramnik/ Bfsp/ Jagdambey Spun Pipe/ Gurkirpa
Spun Pipes/ Lakshmi/ Sood & Sood / Jain & Co./
Pragati Concrete/ Kk/ Usha/ Diwan/ Spun Pipe/
Indfian Hume
4 Stoneware Pipes & Gully Traps Sorkhi Industries/ Rk Industries/ Navneet/ Moli
Ceramics/ OCR/ Anandperfect/ Hind/ Perfect/
Taya/Parry/ Burn
5 Unplasticized Rigid PVC Pipe & Fittings Supreme/ Finolex/ Astral/ Jain Irrigation/ Birla

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-361
HIL
6 Centrifugally Cast (Spun) Iron Pipes And Neco/ Singhal Iron Foundry (SKF)/ CA Pipe/ HIF/
Hubless Centrifugal Ci RIF/ RPMF
7 Centrifugally Cast (Spun) Iron Pipes (Class Tru Form Engineers/ Kapilansh/ Electrosteel/
La). Hitech Metal Castings/ Rif/ Nico/ Bic/ Saint/
Gobain.
8 Butterfly Valves Audco/ Zoloto/ Sant/ Kirloskar
9 C.I. Sluice Valves & Reflex Valves Zoloto Industries/ Sant Valves/ Amco Industries/
Kirloskar/ Leader/ Advance/ Audca
10 Gun Metal Gate, Globe, Check Valves & Leader/ Zoloto/ Sant/ Kirloskar/ Advance/ Audco/
Non-Return Valves L&T
11 Ferrules For Water Supply Hind Metal Works/ Kritika/ DRP/ Shakti
12 Gi Fittings Unik/ AVR/ Zoloto/ Sant/ HBI/ C-Brand/ ICS/ KS
13 Ductile Iron Pipes & Fittings Jindal Saw Ltd/ Electro Steel/ Infra/
Electrotheram/ Kesoram/ Tata
14 SMC Panel Tank Sintex/ Amitex/ Devi Polymers/ Sovisy
15 Polyethylene Water Storage Tank Sintex/ Sheetal/ Supreme/ Polyplast
16 Ball Cock With Rod Prayag Leader Zoloto/ IBP/ Arco
17 Water Meter Crescent/ Prince/ Fedrel/ Dashmesh/ Nbeson/
Sant/ Thermatek/ Insutite/ Insula
18 C.I. / D.I. Manhole Covers, Frames & Gi Bengal Iron Corporation/ Neco/ Aco Raj Iron
Gratings Foundary Agra/ Skf/ Kapilansh
19 FRP grating and manhole cover Dudhi/ Neco
D Sanitary ware
1 CP Fittings & Accessories Jaquar (Cubix Prime)/ Grohe (Euro Smart-
Cosmopolitan)/ Kohler (Strayt)/ Roca (Escuadra)/
American Standard (Milano)
2 Vitreous China Floor Mounted Single RAK (Monet)/ Jaquar (Fss-Wht-298535300
Piece Siphonic WC UFSM) / Kohler (Ove)/ Grohe (Eurosmart)/
American Standard (Yoka)
3 Vitreous China Wall Mounted Two Piece RAK (Gem)/ Jaquar (Cns-Wht-3635ppz)/ Kohler
WC (Odeon)
4 Vitreous China Washbasin Under Counter RAK (Rosa/Cleo)/ Jaquar (Cns-Wht-705/ Cns –
(Oval / Rectangular) Wht-701)/ Kohler (Vintage/ Ladena)/ Grohe (Bau
Cosmopolitan)/ American Standard (Ovalyn/
Activa Squre)
5 Misc. Vitreous China Sanitary Ware Jaquar/ Grohe/ Kohler/ Roca/ Toto/ Simpolo/
RAK
6 Integral Sensor Fitted Urinal RAK (Kia)/ Jaquar (Urs-Wht-13255)/ Kohler
(Patio)/American Standard (Ccas 6506 –
4110410f0)
7 Plastic Flushing Cistern For WC And Jaquar/ Grohe /Kohler/ Gabriet/ Roca/ American
Urinals Standard
8 Lab Sink Hindware/ Parryware/ Cera
9 Stainless Steel Sink Hafele/ Jayna/Nirali/ Bluestar
10 Mirror Glass Atul/ Modiguard/ Golden Fish/ Saint Gobin/ Asahi

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-362
E Flooring
1 Vitrified Tiles RAK/ Kajaria/ Nitco/ Restile/ Simpolo/ Somany
2 Ceramic Tiles RAK/ Kajaria/ Nitco/ Restile/ Simpolo/ Somany
3 Marble and Granite Stone Continental Marble LLP/ Floritech/ SMR
4 Wooden Laminate Flooring Pergo/ Armstrong/ BVG Krono/ Green Lam/
Egger/ Action Tesa/ Mikasa Floors/ Quickstep
5 Bamboowood flooring Epitome/ ESES Bio wealth/ Kara
6 PVC flexible homogeneous compacted Tarkett/ Polyflor/ Vibrant/ Gerflor/ Armstrong
anti-static floor
7 PVC flexible homogeneous compacted Tarkett/ Polyflor/ Vibrant/ Gerflor/ Armstrong
ESD (Electrostatic Discharge) floor
8 Paver/ Grass Paver Blocks & Kerb Stones Unistone/ NTC/ Tulip/ Dalal Tile/ NITCO
9 Chequered Pre-Cast CC Tiles NTC/ Dalal Tiles/ Unistone / Tulip
10 Expansion Joint Migua/ Asp/ Vexcolt/ CS
F Grouts & Adhesives
1 Weather Silicon Dow Corning/Wacker/ GE
2 Adhesive for use with Tiles (Type-2 & MYK Laticrete/ Ardex Edura (White Star) /
Type-3) Weber/ Mapei/ Kerakoll/ Ferrous Crete/ Sika
3 Polymer Modified Adhesive for AAC Laticrete/ Ardex Endura/ Ultratech (Xtralite) /
Block Weber)/ Ferrouscrete/ Sika/Ferrouscrete
4 Grouting for use with Tiles MYK Laticrete (L 254)/ Ardex Edura (White Star)
/ Weber (Weber Set Firm)/ Mapei (Keraflex)/
Kerakoll (H-40)/ Ferrous Crete (Ferro-1126)/ Sika
(Sikaceram-288H)
5 Non-Shrink grouts Fosroc GP-2/ Sika (grout-214 INS) / Aneeb
Chemicals/ Cico/ Ferrouscrete
6 Stone Sealer Laticrete/ Kerakoll/ Fosroc/ Ardex Endura/ Mapei/
Weber/ Sika
7 Injection Grouting Fosroc/ Sika/ Weber/ MYK Arment
8 Non-Metallic Surface Hardener Fosroc/ Sika/ Ardex Endura/ Mapei
9 POP & Gypsum Bonding agent Aneeb Chemicals/ Ferrous Crete/ Asian Paints
10 Chemicals Fasteners Hilti/ Fosroc/ Sika (anchor fix 3030)/ BASF
11 Poly-Sulphide Sealent Sika/ Fosroc/ Mapei/ Ardex / Endura
12 Bitumen Indian Oil/ Hindustan Petroleum/ Bharat
Petroleum
G Doors & Windows
1 Flush Door Shutters Century (Doors Pro)/ Green Ply (Green Doors) /
Duro (Tower Doors)/ Green Panel Doors- Pine
Fillers/ Kutty
2 WPC Door Shutters & Frame Alstone/ Ecoste/ Echon
3 Fire Rated Doors (Metallic) Shakti Hormann / GMP-Tech Solution/ IHMS/
Navair
4 Lead lined Doors & Panel Navair/ Metaflex/ Shakti Hormann
5 Lead Line Door & Frame Navair/ Rebbon/ Metaflex/ Shakti Hormann
6 Acoustic Door Oceanz Acoustics/ Acoustical Solution Inc./

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-363
Shakti Hormann/ IHMS
7 Aluminium Window Technal/ Raynaers/ Tostem/ Schuco
8 Block Board Century/ Green / Duro
9 Laminate Green Lam/ Century Ply/ Merino/ Formica/ Euro
Décor/ Royal touch
10 Pre-Laminated Particle Board Century/ Green / Green Lam/ Green Panel/ Action
Tesa
11 Stainless Steel / Brass Door / Window Dorma (Crown)/ Assa Abloy / Hafele / Hettich/ IR
Hardware Fittings (Hinge, Towerbolt, Briton/ Geze/ Becker FS
Handle, Panic Bar, Panictrim, Door Closer,
Mortise Lock (Fire Rated)
12 Stainless Steel / Brass/ Door / Window Dorma (Crown)/ Hafele / Hettich/ McCoy
Hardware Fittings (Hinge, Towerbolt,
Handle) (Non-Fire Rated), Locks/ Dust
Proof Strike/ Floor Mounted Door Stopper.
13 Hydraulic Door Closer Dorma (Crown)/ Hettich/ Geze/ Hafele/ IR Briton
/ Becker FS/ Hormann
14 Floor Spring Dorma (Crown)/ Hettich/ Geze/ Hafele/ IR Briton/
Becker FS
15 Smoke Seal Strip Hilti/ Promat/ 3M/ Fischer
16 Panic Exit Device,a Ball bearing hinges Dorma/ Hafele/ Ingersoll Rand-Briton/ Geze/
SS-304, Door coordinator, automatic door Hormann/ Becker FS
bottom seal, external trim, door closer (Fire
rated)
17 Dash/ Anchoring Fasteners, Bolts, Screws Hilti/ Fischer/ Canon/ Wuerth/ Trixel
& Nuts.
18 Anodised/ Zinc Alloy/ Aluminium Dorma (Crown)/ Kinlong/ Hafele/ Cotswold/
Hardware Door/ Window Fittings Geze/ Alu-Alpha/ Secure Style/ Lavaal Roto/
McCoy
19 Widows Roller Blinds Vista/ Mac/ Hunter Douglas/ De-Décor
20 GI Windows Elixir/ A2Z Infra Solutions / Laxmi Fabrication
H Steel & Aluminium Works (Cladding &
Railing)
1 Stainless Steel Railing Dorma (Crown)/ Kich / Dline/ Rinox
2 Structural Glazing Glass Saint Gobin / Pilkington/ Ashai India
3 Terracotta Tile Cladding Feveton/ Anakon/ Hunter Douglas/ Moeding/
Savarock/ Agrob-Buchtal
4 WPC Jali Alstone/ Ecoste/ Echon
5 High Pressure Laminate Virgo/ Alstone/ Alutuff/ Green Lam
6 Fire Rated Glass Schott/ Pilkington/ Firelite/ Glaverbel/ Saint
Gobain / Asahi/ Pyrogard/ AIS
7 Heat Resistant Roof Tiles Thermax / National / Therma Tek
8 Structural Steel Such As Ms Flats, Sq. Bars Sail/ Tata Steel/ RINL/ Jindal Steel & Power Ltd./
Angles Etc. Including Tubes JSW Steel Ltd.
9 Hollow Steel Sections/ Steel Tubes for Jindal Industries Hisar/ Tata Steel/ Bhushan Power
Structural Steel Steel/ APL Apollo

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-364
10 Spider Fittings Dorma (Crown)/ Godrej/ Kich
11 Glass Mosaic Tiles Bisazza/ Opio Mosaica/ Palladio Glass Ltd/ Italia
Glass Pvt Ltd/ Pixel Mosaic (I) Pvt Ltd./Mosaico
12 ACP Virgo/ Alstone/ Alutuff
13 Aluminium Sections Hindalco/ Jindal/ Bhoruka/ Indoalusis.
14 (A) Basic/ Raw Glass Saint Gobain/ Asahi/ Modi/ Pilington/ Schott
15 (B) Approved Processors For Performance Art & Glass/Asahi/ Saint Gobian/ GSC (Noida)/
Glass/ Toughened Glass/ Hermetically Kaenal Glass (Bhiwadi)
Sealed/ Lacquered Glass Etc.
16 Façade Glass Openable Fittings Savio/ Hoppe/ LGF-Alu Alpha / Geze/ Roto/
Secure Style
17 Stainless Steel Clamp Hilti/ Fisher /Bosch / Canon/ Trixel
18 SS Mesh GKD/ WMW/ Jindal
I Finishing
1 Acrylic Distemper Nerolac Acrylic Distemper/ Impression Ideaz/
Tractor Acrylic Distemper (Asian Paints) / (ICI)
(Deluxe Promise Interior)
2 Interior Emulsion/ Plastic Emulsion ICI (Dulux Velvet Touch)/ Nerolac (Beauty Gold)/
Asian Paints (Royale Luxury Emulsion)/ Berger
(Luxol Silk)
3 Exterior Emulsion Asian Paint (Ultima Suprema)/ ICI (Weather
Sheild Max)/ Nerolac (Excel)/ Berger (Weather
Coat All Guard)
4 Textured Exterior Paint (Rustic Texture) Asian Paints (Ultima Suprema With Honeycomb
Roller Finish)/ ICI (Weather Shield Max With
Honeycomb Roller Finish)/ Nerolac (Excel With
Honeycomb Roller Finish)/ Berger (Weather Coat
All Guard With Honeycomb Roller Finish).
5 Texture Paint with natural crushed Granite Asian/ Spectrum/ Ultratech (UTTPL)
6 Synthetic Enamel Paints Asian (Apcolite Premium Gloss/ Satin Enamel)/
ICI (Dulux Gloss/Satin)/ Kansai Nerolac
(Synthetic Enamel H I Gloss/Satin Enamel
Smooth Finish)
7 Floor Painting of Parking Area (Car Deck Asian Paints/ Fosroc/ Sika
System)
8 Fire Paint Akzo Nobel Coatings India Ltd/ Promat/ Jotun /
Viper FRS 880 / FRS 881/ Nullifiral
9 Polyster Powder Coating Nerolac/ Berger/ Akzonobel /Jotun
10 Exterior Wall Primer Nerolac Exterior Primer/ Asian Paints Exterior
Primer/ ICI Exterior Primer/ Berger Exterior
Primer
11 Wood Primer Nerolac/ Berger/ Asian Paints/ ICI
12 Steel Primer Nerolac/ Berger/ Asian Paints/ ICI
13 Wall Putty (White Cement Based) Birla Wall Care/ JK White/ Asian / Weber
14 Polymer Modified Self Curing Plaster MYK Laticrete/ Ardex Endura/ Ultratech/ Weber /
Sika/ Fosroc/ Ferrous Crete

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-365
15 Polymer Modified Ready mixed USG Boral / Gyproc (Elite-90)/ Ferrous Crete/
Plaster/Gypsum Plaster Kerakoll
J False Ceiling
1 False Ceiling- Gypsum USG Boral/ Gyproc / Lafarage / India Gypsum
2 False Ceiling- Aluminium Metal Tiles & Armstrong/ Hunter Douglas/ Harson Green/ RK
Planks Ceiling/ HI-Steel
3 False Ceiling- Calcium Silicate USG Boral/ Aerolite/ Hilux/ RK Ceiling
4 False Ceiling-Mineral Fibre USG Boral /Armstrong/ Hilux/ Gyproc/ Anutone/
Credence
5 Acoustic: Glass Fibre False Ceiling and Armstrong/ Anutone/ Hunter Douglas / Credence
Wooden/ Fabric Wall Lining
K Furniture
1 Office Furniture (Chairs) Godrej/ Steelcase/ Haworth/ HNI BP Ergo/
Herman Miller
2 Office Furniture (Other items) Godrej/ Steelcase/ Haworth/ HNI BP Ergo/
Durian/ Wipro/ Geeken/ FG
3 Residential Furniture Godrej/ HNI BP Ergo/ Durian/ Wipro/ Geeken
4 Hospital Furniture Geeken/ Godrej/ Desco/ Durian/ Janak

Note:
1. The Superintending Engineer & Project Director, Uttarakhand Project Circle, CPWD, Rishikesh
reserves the right to add or delete any materials and Brands in the above list of preferred makes of
materials/brands.

2. Any material/ brand bearing ISI mark can be used in the work with the prior approval of Superintending
Engineer & Project Director, Uttarakhand Project Circle, CPWD, Rishikesh.

AE & M (C) /UKP AE & M (E)/UKP EE & SM (C)-1/UKP EE & SM(E)/ UKP Page-366

You might also like