0% found this document useful (0 votes)
187 views188 pages

Khulna

The document provides instructions and guidelines for tendering to construct an administrative building for the Mongla Economic Zone in Bangladesh. It outlines the tendering process including eligibility requirements, submission guidelines, evaluation criteria, and procedures for awarding the contract.

Uploaded by

nz juma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
187 views188 pages

Khulna

The document provides instructions and guidelines for tendering to construct an administrative building for the Mongla Economic Zone in Bangladesh. It outlines the tendering process including eligibility requirements, submission guidelines, evaluation criteria, and procedures for awarding the contract.

Uploaded by

nz juma
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 188

Bangladesh Economic Zones Authority (BEZA)

Bangladesh Economic Zones Development Project (Phase- I)

BDBL Bhaban, Level-15


12 Kawran Bazaar, Dhaka.
Web Site: www.beza.gov.bd

TENDER DOCUMENT(NATIONAL)
FOR THE PROCUREMENT OF WORKS

Construction of Administrative
Name of work:
Building forMongla EZ

Invitation for Tender no:4


Tender Package No: BEZAWD-5

Issued on:……………………………………………………………………
…………………………………………………………………..
…………………………………………………………………

Date of issue :……………………………….

1
Table of Contents
Section 1. Instructions to Tenderers .......................................................................................... 10
A. General .............................................................................................................................. 10
1. Scope of Tender.................................................................................................. 10
2. Interpretation ....................................................................................................... 10
3. Source of funds ................................................................................................... 10
4. Corrupt, fraudulent, collusive, coercive or obstructive practices ........................... 11
5. Eligible Tenderers ............................................................................................... 13
6. Eligible materials, equipment and associated services ......................................... 14
7. Site visit .............................................................................................................. 15
B. Tender Document ............................................................................................................. 15
8. Tender document: general................................................................................... 15
9. Clarification of tender document .......................................................................... 16
10. Pre-tender meeting ............................................................................................. 16
11. Addendum to Tender Document .......................................................................... 17
C. Qualification Criteria ............................................................................................................... 17
12. General criteria ................................................................................................... 17
13. Litigation history .................................................................................................. 18
14. Experience criteria .............................................................................................. 18
15. Financial criteria .................................................................................................. 18
16. Personnel capacity .............................................................................................. 18
17. Equipment capacity ............................................................................................. 18
18. Joint Venture, Consortium or Association (JVCA) ................................................ 18
19. Subcontractor(s) ................................................................................................. 19
D. Tender Preparation........................................................................................................... 20
20. Only one Tender ................................................................................................. 20
21. Cost of Tendering ................................................................................................ 20
22. Issuance and Sale of Tender Document .............................................................. 20
23. Language of Tender ............................................................................................ 20
24. Contents of Tender ............................................................................................. 20
25. Tender Submission Letter and Bill of Quantities ................................................... 21
26. Alternatives ......................................................................................................... 21
27. Tender prices, discounts and price adjustment .................................................... 22
28. Tender Currency ................................................................................................. 23
29. Documents Establishing Eligibility of the Tenderer ............................................... 23
30. Documents Establishing the Eligibility and Conformity of Materials, Equipment and
Services .............................................................................................................. 24
31. Documents Establishing Technical Proposal ........................................................ 24
32. Documents Establishing the Tenderer’s Qualification ........................................... 25

2
33. Validity Period of Tender ..................................................................................... 25
34. Extension of Tender Validity and Tender Security ............................................ 26
35. Tender Security ................................................................................................... 26
36. Form of tender security ....................................................................................... 26
37. Authenticity of Tender Security ............................................................................ 26
38. Return of Tender Security ................................................................................... 27
39. Forfeiture of Tender Security ............................................................................... 27
40. Format and Signing of Tender ............................................................................. 27
E. Tender Submission .......................................................................................................... 28
41. Sealing, Marking and Submission of Tender ........................................................ 28
42. Deadline for Submission of Tender ...................................................................... 28
43. Late Tender ........................................................................................................ 29
44. Notice for Modification, Substitution or Withdrawal of Tender ............................... 29
45. Tender Modification ............................................................................................. 29
46. Tender Substitution ............................................................................................. 29
47. Tender Withdrawal .............................................................................................. 29
F. Tender Opening and Evaluation ...................................................................................... 29
48. Tender Opening .................................................................................................. 29
49. Evaluation of tenders........................................................................................... 31
50. Evaluation process .............................................................................................. 31
51. Preliminary Examination ...................................................................................... 31
52. Technical Responsiveness and Technical Evaluation .......................................... 32
53. Clarification on Tender ........................................................................................ 33
54. Restrictions on Disclosure of Information ............................................................. 33
55. Correction of Arithmetical Errors .......................................................................... 34
56. Financial evaluation ............................................................................................ 34
57. Price Comparison ................................................................................................ 35
58. Negotiations ........................................................................................................ 36
59. Post-qualification ................................................................................................. 36
60. Procuring Entity’s Right to accept any or to reject any or All Tenders ................... 37
61. Informing Reasons for Rejection .......................................................................... 37
G. Contract Award................................................................................................................. 37
62. Award Criteria ..................................................................................................... 37
63. Notification of Award ........................................................................................... 37
64. Performance Security .......................................................................................... 38
65. Form and Time Limit for Furnishing of Performance Security ...................... 38
66. Validity of Performance Security .......................................................................... 38
67. Authenticity of Performance Security ................................................................... 38
68. Adjudicator .......................................................................................................... 39
69. Contract Signing ............................................................................................... 39
70. Publication of Notification of Award of Contract .................................................... 39

3
71. Debriefing of Tenderers ....................................................................................... 39
72. Right to Complain................................................................................................ 39
Section 2. Tender Data Sheet ...................................................................................................... 41
A. General ................................................................................................................... 41
B. Tender Document ................................................................................................... 41
C. Qualification Criteria................................................................................................ 42
D. Tender Preparation ................................................................................................. 43
E. Tender Submission ................................................................................................. 44
F. Tender Opening and Evaluation.............................................................................. 44
G. Contract Award ........................................................................................................ 44
Section 3. General Conditions of Contract ................................................................................ 46
A. General ................................................................................................................... 46
B. Time Control ........................................................................................................... 60
C. Quality Control ............................................................................................................... 63
D. Cost Control ................................................................................................................... 65
Section 4. Particular Conditions of Contract ............................................................................. 81
Section 5. Tender and Contract Forms....................................................................................... 86
Section 6. Bill of Quantities ................................................................ Error! Bookmark not defined.
Bill no. 1: Admin Building ............................................................................................................. 103
Section 7. General Specifications ............................................................................................. 121
1. Clearing and grubbing ........................................................................................... 122
2. Excavation ............................................................................................................ 122
3. Filling and grading................................................................................................. 124
4. Concrete work ....................................................................................................... 126
5. Masonry work ....................................................................................................... 135
6. Miscellaneous metal ............................................................................................. 138
7. Wood work ............................................................................................................ 140
8. Damp-proofing, flashing and sealants ................................................................... 142
9. Lime concrete roofing ........................................................................................... 143
10. Glass and glazing ................................................................................................. 144
11. Finishing hardware and accessories ..................................................................... 146
12. Artificial patent stone flooring ................................................................................ 147
13. Terrazzo work ....................................................................................................... 148
14. Painting ................................................................................................................. 151
15. Chalk washing ...................................................................................................... 154
16. Plastic emulsion painting....................................................................................... 155
17. Plumbing and piping ............................................................................................. 156
18. Electrical installation ............................................................................................. 166
Section 8. Particular Specifications .......................................................................................... 185
Specification for Under-Reamed Pile Foundation .............................. Error! Bookmark not defined.
1 UNDER-REAMED RCC PILES .................................. Error! Bookmark not defined.

4
1.1 General ...................................................................... Error! Bookmark not defined.
1.2 Pile Grouping ............................................................. Error! Bookmark not defined.
1.3 Equipment and Other Accessories ............................. Error! Bookmark not defined.
1.4 Pile Boring ................................................................. Error! Bookmark not defined.
1.5 Control of Alignment .................................................. Error! Bookmark not defined.
1.6 Reinforcement in Piles ............................................... Error! Bookmark not defined.
1.7 Concrete .................................................................... Error! Bookmark not defined.
1.8 Placing of Concrete.................................................... Error! Bookmark not defined.
1.9 Estimation of Concrete Quantity................................. Error! Bookmark not defined.
Section 9. Drawings 186

Invitation for Tenders

5
Bangladesh Economic Zones Authority (BEZA)
Bangladesh Economic Zones Development Project (Phase- I)
BDBL Bhaban, Level-15
12 Kawran Bazaar, Dhaka.
www.beza.gov.bd

Invitation for Tenders


GOVERNMENT OF THE PEOPLE’S REPUBLIC OF BANGLADESH
1 Ministry/Division: Prime Minister’s office
2 Agency: Bangladesh Economic Zones Authority (BEZA)
3 Procuring Entity Name: Bangladesh Economic Zones Authority (BEZA) represented by Project
Director, Bangladesh Economic Zones Development Project (Phase- I).
4 Procuring Entity District: Dhaka
6 Invitation For: Works
7 Invitation Ref No.: 03.762.007.00.00.009.2014 - 594
8 Date: 12/11/2014
KEY INFORMATION
9 Procurement Method: National Competitive Bidding (NCB)
FUNDING INFORMATION
10 Budget and Source of International Development Association(IDA)&Department for
Funds: International Development (DFID)
PARTICULAR INFORMATION
11 Project name: Bangladesh Economic Zones Development Project (Phase- I).
Construction of Administrative Building for Mongla EZ at Bagerhat
12 Tender package name:
district, Khulna division.
13 Tender publication date: On or before 18th November 2014
14 Tender last selling date: 21st December 2014, during office hours
Tender closing date and 22nd December 2014 up to15:00 hours local time
15
time:
16 Tender opening date and 22nd December 2014 up to 15:30 hours local time
time:
17 Name &addresses of the Selling & Receiving Tender Document:
offices : Project Director, Bangladesh Economic Zones Development
Project(Phase- I),
Bangladesh Economic Zones Authority (BEZA), BDBL Bhaban, Level-
15, 12 Kawran Bazaar, Dhaka.

Opening Tender Document:


Conference Room, BDBL Bhaban (Level 15) , 12 Kawran Bazaar,
Dhaka

INFORMATION FOR TENDERER

6
18 Eligibility of Tenderer: This invitation for Tender is open to all eligible Tenderers as mentioned in
tender document and should meet the following pre-conditions.

1) Construction Firms who have 10 (Ten) years of general experience in


construction of civil works as Prime Contractor shall be 5(Five) years
with having adequate experience of Construction of Buildings.
2) Having experience in successful completion of at least 2 (Two) numbers
of similar nature of building work with Pile work BDT. 500 (Five
hundred) Lakh in a single work order in Govt./Semi Govt/ Autonomous
bodies in Bangladesh during the last 5 (Five) years.
3) The tenderer shall have a minimum average annual construction
turnover of any best of 5(five) years during the last 10(Ten) years
amounting to BDT. 1500 (One Thousand and Five hundred and
seventy) lakh.
4) The tenderers must have minimum amount of free fund (liquid assets)
or credit facilities net of other contractual commitment of the applicant is
BDT. 200 (Two hundred) lakh.
5) Other required eligibility criteria & conditions have been mentioned in
tender document
19 Brief description of Earth work, soil stabilization with lime, RCC raft, RCC beams, RCC roof,
works: Brick work, Plaster, Painting, Internal water supply & sanitary works, Internal
Electrical works etc.,
20 Special Condition If there happens any transport disruption or Govt. holidays on the above
mentioned dates, the next normal working day will be treated as the valid
dates of selling, dropping and opening of the tender. Time shall remain
unchanged.
21 Price of Tender BDT. 7000 ( Seven Thousand) in cash (Non-Refundable)
Document:
22 Security
Completion
Lot No. Identification Location Amount
Time
(BDT.)
BEZA Construction of Administrative Mongla,
15,00,000 12Months
WD-5 Building Bagerhat district.
PROCURING ENTITY DETAILS
23 Name of Official Inviting Tender: Dr. Md. Nurannabi Mridha
24 Designation of Official Inviting Project Director, Bangladesh Economic Zones Development
Tender: Project (Phase- I)
Address of Official Inviting
25 BDBL Bhaban, Level 15, 12 Kawran Bazaar, Dhaka
Tender
Contact Details of Official
26 Phone: +88028180170
InvitingTender
27 The procuring entity reserves the right to accept or reject any/all tender(s) without assigning any
reason whatsoever.

7
28 Special Instructions:

1. The Procuring Entity reserves the right at the time of Contract Award to increase or
decrease the quantity of items mentioned in the proposals without any change in the unit
prices.
2. The procuring entity reserves the right to accept any tender or reject all tenders without
assigning any reason thereof.
3. Tender Security of the responsive Bidders will be refunded after signing agreement with the
successful Bidder.
4. In all applicable cases “The Public Procurement Act 2006” and “The Public Procurement
Rules (PPR-2008)” with up to date amendments shall be followed.

(Dr. Nurannabi Mridha)


Project Director

8
Instructions to Tenderers

9
Section 1. Instructions to Tenderers
A. General
1. Scope of Tender 1.1 The Procuring Entity, as indicated in the Tender Data Sheet
(TDS) issues this Tender Document for the procurement of
Works and associated Services incidental thereto as specified
in the TDS and as detailed in Section 6: Bill of Quantities.
The name of the Tender and the number and identification of
its constituent lot(s) are stated in the TDS.

1.2 The successful Tenderer shall be required to execute the


works and physical services as specified in the General
Conditions of Contract

2. Interpretation 2.1 Throughout this Tender Document:

(a) the term “in writing” means communication written by


hand or machine duly signed and includes properly
authenticated messages by facsimile or electronic mail;
(b) if the context so requires, singular means plural and vice
versa;
(c) “day” means calendar days unless otherwise specified as
working days;
(d) “Person” means and includes an individual, body of
individuals, sole proprietorship, partnership, company,
association or cooperative society that wishes to
participate in Procurement proceedings;
(e) “Tenderer” means a Person who submits a Tender;
(f) “Tender Document” means the Document provided by a
Procuring Entity to a Tenderer as a basis for preparation
of the Tender; and
(g) “Tender” depending on the context, means a Tender
submitted by a Tenderer for execution of Works and
Physical Services to a Procuring Entity in response to an
Invitation for Tender.

3. Source of funds 3.1 The Procuring Entity has been allocated public funds as
indicated in the TDSand intends to apply a portion of the funds
to eligible payments under the Contract for which this Tender
Document is issued.

3.2 For the purpose of this provision, “public funds” means any
monetary resources appropriated to Procuring Entities under
Government budget, or loan, grants and credits placed at the
disposal of Procuring Entities through the Government by the
Bank or foreign states or organisations.

3.3 Payments by the Bank, if so indicated in the TDS, will be made


only at the request of the Government and upon approval by
the Bank in accordance with the applicable Loan / Credit /

10
Grant Agreement, and will be subject in all respects to the
terms and conditions of that Agreement.

4. Corrupt, fraudulent, 4.1 The Government and the Bank require that Procuring Entities,
collusive, coercive or as well as Tenderers and Contractors (including their suppliers,
obstructive practices sub-contractors, agents, personnel, consultants, and service
providers) shall observe the highest standard of ethics during
implementation of procurement proceedings and the execution
of Contracts under public funds.
4.2 For the purposes of ITT Sub Clause 4.3, the terms set forth
below as follows:

(a) “corrupt practice” means offering, giving or promising to


give, receiving, or soliciting either directly or indirectly, to
any officer or employee of a Procuring Entity or other
public or private authority or individual, a gratuity in any
form; employment or any other thing or service of value
as an inducement with respect to an act or decision or
method followed by a Procuring Entity in connection with
a Procurement proceeding or Contract execution;

(b) “fraudulent practice” means the misrepresentation or


omission of facts in order to influence a decision to be
taken in a Procurement proceeding or Contract
execution;

(c) “collusive practice” means a scheme or arrangement


between two (2) or more Persons, with or without the
knowledge of the Procuring Entity, that is designed to
arbitrarily reduce the number of Tenders submitted or fix
Tender prices at artificial, non-competitive levels,
thereby denying a Procuring Entity the benefits of
competitive price arising from genuine and open
competition; or

(d) “Coercive practice” means harming or threatening to


harm, directly or indirectly, Persons or their property to
influence a decision to be taken in the Procurement
proceeding or the execution of a Contract, and this will
include creating obstructions in the normal submission
process used for Tenders.

11
(e) “obstructive practice” means deliberately destroying,
falsifying, altering or concealing of evidence material to
the investigation or making false statements to
investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent,
coercive or collusive practice; and/or threatening,
harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation.

4.3 Should any corrupt, fraudulent, collusive, coercive or


obstructive practice of any kind is determined by the
Procuring Entity or the Bank, this will be dealt with in
accordance with the provisions of the Procurement Guidelines
of the Bank as stated in the TDS in combination with ITT sub-
clause 4.4 and the Procurement Laws.

4.4 If corrupt, fraudulent, collusive, coercive or obstructive


practices of any kind is determined against any Tenderer or
Contractor (including its suppliers, sub-contractors, agents,
personnel, consultants, and service providers) in competing
for, or in executing a contract under public fund, the Bank
shall :

(a) exclude the concerned Tenderer from further participation


in the concerned procurement proceedings;

(b) reject any recommendation for award that had been


proposed for that concerned Tenderer;

(c) cancel the portion of the loan allocated to a contract if it


determines at any time that representatives of the
Procuring Entity or of a beneficiary of the loan engaged in
corrupt, fraudulent, collusive, or coercive practices during
the procurement or the execution of that contract, without
the Procuring Entity having taken timely and appropriate
action satisfactory to the Bank to remedy the situation; and

(d) sanction the concerned Tenderer or individual, at any time,


in accordance with prevailing Bank’s sanctions
procedures, including by publicly declaring such Tenderer
or individual ineligible, either indefinitely or for a stated
period of time: (i) to be awarded a Bank-financed contract;
and (ii) to be a nominated sub-contractor, consultant,
manufacturer or supplier, or service provider of an
otherwise eligible firm being awarded a Bank-financed
contract.

4.5 The Tenderer shall be aware of the provisions on corruption,


fraudulence, collusion, coercion and obstruction as stated in

12
GCC Clause 39 and 89.1(b) (vii).

4.6 In further pursuance of this policy, Tenderers, suppliers and


contractors, and their sub-contractors, agents, personnel,
consultants, service providers shall permit the Government and
the Bank to inspect any accounts and records and other
documents relating to the tender submission and contract
performance, and to have them audited by auditors appointed
by the Government and/or the Bank.

5. Eligible Tenderers 5.1 A Tenderer, and all partners constituting the Terderer, may
have the nationalities of any country except the nationalities
specified in the TDS.

5.2 A Tenderer may be a physical or juridical individual or body of


individuals, or company, association or any combination of them
in the form of a Joint Venture, Consortium or Association
(JVCA) invited to take part in public procurement or seeking to
be so invited or submitting a Tender in response to an Invitation
for Tenders.

5.3 A Government-owned enterprise in Bangladesh may also


participate in the Tender if it is legally and financially
autonomous, it operates under commercial law, and it is not a
dependent agency of the Procuring Entity.

5.4 The Tenderer shall have the legal capacity to enter into the
Contract.

5.5 A Tenderer shall not have a conflict of interest. All Tenderers


found to have a conflict of interest shall be disqualified. A
Tenderer may be considered to have a conflict of interest with
one or more parties in this tendering process, if :

(a) they have a controlling partner in common; or


(b) they receive or have received any direct or indirect
subsidy from any of them; or
(c) they have the same legal representative for purposes of
this Tender; or
(d) they have a relationship with each other, directly or
through common third parties, that puts them in a position
to have access to information about or influence on the
Tender of another Tenderer, or influence the decisions of
the Procuring Entity regarding this tendering process; or
(e) a Tenderer or any of its affiliates participated as a
consultant in the preparation of the design or technical
specifications of the contract that is the subject of the
Tender; or
(f) A Tenderer, or any of its affiliates has been hired (or is
proposed to be hired) by the Procuring Entity as Engineer
for the contract.

13
5.6 The Tenderer in its own name or its other names or also in the
case of its Persons in different names, shall not be under a
declaration of ineligibility for corrupt, fraudulent, collusive,
coercive, or obstructive practices as stated under ITT Clause 4.

5.7 The Tenderer with a poor performance, such as abandoning the


works, not completing contracts, or financial failure, or with a
consistent history of litigation or arbitration awards against it
shall not be eligible to Tender.

5.8 The Tenderer shall not be insolvent, be in receivership, be


bankrupt, be in the process of bankruptcy, be not temporarily
barred from undertaking business and it shall not be the subject
of legal proceedings for any of the foregoing.

5.9 The Tenderer shall have fulfilled its obligations to pay taxes and
social security contributions under the provisions of laws and
regulations of the country of its origin.

5.10 Tenderers shall provide such evidence of their continued


eligibility satisfactory to the Procuring Entity, as the Procuring
Entity will reasonably request.

5.11 These requirements for eligibility will extend, as applicable, to


each JVCA partner and Subcontractor proposed by the
Tenderer.

5.12 A Tenderer is under declaration of ineligibility by the Bank and /


or the Procuring Entity in accordance with the above ITT clause
4, or in relation to the Bank's Guidelines on Preventing and
Combating Corruption in Projects Financed by IBRD Loans and
IDA Credits and Grants, shall not be eligible to be awarded a
contract.

6. Eligible materials, 6.1 All materials, equipment and associated services to be


equipment and supplied under the Contract are from eligible sources, unless
associated services their origin is from a country specified in the TDS.

14
6.2 For the purposes of this Clause, “origin” means the place
where the Materials and Equipment are mined, grown,
cultivated, produced or manufactured or processed, or through
manufacturing, processing, or assembly, another commercially
recognized new product results that differs substantially in its
basic characteristics from its components or the place from
which the associated services are supplied.

6.3 The origin of materials and equipment and associated


services is distinct from the nationality of the Tenderer.

7. Site visit 7.1 The Tenderer is advised to visit and examine the Site of Works
and its surroundings and obtain for itself on its own
responsibility all information that may be necessary for
preparing the Tender and entering into a contract for
construction of the Works.

7.2 The Tenderer and any of its personnel or agents will be granted
permission by the Procuring Entity to enter into its premises
and lands for the purpose of such visit, but only upon the
express condition that the Tenderer, its personnel, and agents
will release and indemnify the Procuring Entity and its
personnel and agents from and against all liability in respect
thereof, and will be responsible for death or personal injury, loss
of or damage to property, and any other loss, damage, costs,
and expenses incurred as a result of the inspection.

7.3 The Tenderer should ensure that the Procuring Entity is


informed of the visit in adequate time to allow it to make
appropriate arrangements.

7.4 The costs of visiting the Site shall be at the Tenderer’s own
expense.

B. Tender Document
8. Tender document: 8.1 The Sections comprising the Tender Document are listed
general below, and should be read in conjunction with any Addendum
issued under ITT Clause 11.

 Section 1 Instructions to Tenderers (ITT)


 Section 2 Tender Data Sheet (TDS)
 Section 3 General Conditions of Contract (GCC)
 Section 4 Particular Conditions of Contract (PCC)
 Section 5 Tender and Contract Forms
 Section 6 Bill of Quantities (BOQ)
 Section 7 General Specifications
 Section 8 Particular Specifications
 Section 9 Drawings

15
8.2 The Procuring Entity is not responsible for the completeness of
the Tender Document and their addenda, if these were not
purchased directly from the Procuring Entity, or through its
agent(s) as stated in the TDS.

8.3 The Tenderer is expected to examine all instructions, forms,


terms, and specifications in the Tender Document as well as in
addendum to tender, if any.

9. Clarification of tender 9.1 A prospective tenderer requiring any clarification of the Tender
document Document shall contact the Procuring Entity in writing at the
Procuring Entity’s address and within time as indicated in the
TDS.

9.2 A Procuring Entity is not obliged to answer any clarification


request received after that date as stated under ITT Sub Clause
9.1.

9.3 The Procuring Entity shall respond in writing within five (5)
working days of receipt of any such request for clarification
received under ITT Sub Clause 9.1.

9.4 The Procuring Entity shall forward copies of its response to all
those who have purchased the Tender Document, including a
description of the enquiry but without identifying its source.

9.5 Should the Procuring Entity deem it necessary to revise the


Tender Document as a result of a clarification, it will do so
following the procedure under ITT Clause 11 and ITT Sub
Clause 42.2.

10. Pre-tender meeting 10.1 To clarify issues and to answer questions on any matter arising
in the Tender Document, the Procuring Entity may, if stated in
the TDS, hold a pre-Tender Meeting at the place, date and time
as specified in the TDS. All potential Tenderers are encouraged
and invited to attend the meeting, if it is held.

10.2 The Tenderer is requested to submit any questions in writing so


as to reach the Procuring Entity no later than one day prior to
the date of the meeting.
10.3 Minutes of the pre-Tender meeting, including the text of the
questions raised and the responses given, together with any
responses prepared after the meeting, will be transmitted within
five (5) working days after holding the meeting to all those who
purchased the Tender document and to even those who did not
attend the meeting. Any revision to the Tender document listed
in ITTSub-Clause 8.1 that may become necessary as a result of
the pre-Tender meeting will be made by the Procuring Entity
exclusivelythrough the issue of an Addendum pursuant to ITT
Sub Clause 11 and not through the minutes of the Pre-Tender
meeting.

16
10.4 Non-attendance at the Pre-Tender meeting will not be a cause
for disqualification of a Tenderer.
11. Addendum to Tender 11.1 At any time prior to the deadline for submission of Tenders, the
Document Procuring Entity, on its own initiative or in response to an
inquiry in writing from a Tenderer, having purchased the Tender
Document, or as a result of a Pre-Tender meeting may revise
the Tender Document by issuing an Addendum.

11.2 The Addendum issued under ITT Sub Clause 11.1 shall
become an integral part of the Tender Document and shall
have a date and an issue number and must be circulated by
fax, mail or e-mail, to Tenderers who have purchased the
Tender Documents, within five (5) working days.

11.3 The Tenderers will acknowledge receipt of an Addendum within


three (3) working days.

11.4 Procuring Entities shall also ensure posting of the relevant


addenda with the reference number and date on their websites
including notice boards, where the Procuring Entities had
originally posted the IFTs.

11.5 To give a prospective Tenderer reasonable time in which to


take an addendum into account in preparing its Tender, the
Procuring Entity may, at its discretion, extend the deadline for
the submission of Tenders, pursuant to ITT Sub Clause 42.2.

11.6 If an addendum is issued when time remaining is less than


one-thirdof the time allowed for the preparation of Tenders, a
Procuring Entity at its discretion shall extend the deadline by an
appropriate number of days for the submission of Tenders,
depending upon the nature of the Procurement requirement
and the addendum. In any case, the minimum time for such
extension shall not be less than three (3) working days.

C. Qualification Criteria
12. General criteria 12.1 The Tenderer shall possess the necessary professional and
technical qualifications and competence, financial resources,
equipment and other physical facilities, managerial capability,
specific experience, reputation, and the personnel, to perform
the contract.

12.2 To qualify for multiple number of contracts/lots in a package


made up of this and other individual contracts/lots for which
tenders are invited in the Invitation for Tenders, the Tenderer
shall demonstrate having resources and experience sufficient
to meet the aggregate of the qualifying criteria for the individual
contracts.

17
13. Litigation history 13.1 Litigation history shall comply with the requirement as specified
in ITT 15.1(c).
14. Experience criteria 14.1 The Tenderer shall have the following minimum level of
construction experience to qualify for the performance of the
Works under the Contract:

(a) a minimum number of years of general experience in the


construction of works as Prime Contractor or
Subcontractor or Management Contractor as specified in
the TDS; and

(b) Specific experience as a Prime Contractor or


Subcontractor or Management Contractor in construction
works of a nature, complexity and methods/construction
technology similar to the proposed Works in at least a
number of contract(s) and of a minimum value over the
period, as specified in the TDS.

15. Financial criteria 15.1 The Tenderer shall have the following minimum level of
financial capacity to qualify for the performance of the Works
under the Contract.

(a) the average annual construction turnover as specified


in the TDS during the period specified in the TDS;
(b) availability of minimum liquid assets or working capital or
credit facilities, as specified in the TDS; and
(c) Satisfactory resolution of all claims, arbitrations or other
litigation cases and shall not have serious negative
impact on the financial capacity of the Tenderer.

16. Personnel capacity 16.1 The Tenderer shall have the following minimum level of
personnel capacity to qualify for the performance of the Works
under the Contract:

(a) a Construction Project Manager, Engineers, and other


key staff with qualifications and experience as specified
in the TDS;
17. Equipment capacity 17.1 The Tenderer shall own suitable equipment and other physical
facilities or have proven access through contractual
arrangement to hire or lease such equipment or facilities for
the desired period, where necessary or have assured access
through lease, hire, or other such method, of the essential
equipment, in full working order, as specified in the TDS.

18. Joint Venture, 18.1 The Tenderer may participate in the procurement proceedings
Consortium or forming a Joint Venture, Consortium or Associations (JVCA) by
Association (JVCA) an agreement, executed case by case on a non judicial stamp
of value as stated in TDS or alternately with the intent to enter
into such an agreement supported by a Letter of Intent along

18
with the proposed agreement duly signed by all partners of the
intended JVCA and authenticated by a Notary Public.

18.2 The figures for each of the partners of a JVCA shall be added
together to determine the Tenderer’s compliance with the
minimum qualifying criteria; however, for a JVCA to qualify,
lead partner and its other partners must meet the criteria
stated in the TDS. Failure to comply with these requirements
will result in rejection of the JVCA Tender. Subcontractors’
experience and resources will not be taken into account in
determining the Tenderer’s compliance with the qualifying
criteria.

18.3 Each partner of the JVCA shall be jointly and severally liable
for the execution of the Contract, all liabilities and ethical and
legal obligations in accordance with the Contract terms.

18.4 The JVCA shall nominate a Representative (partner-in-charge)


who shall have the authority to conduct all business for and on
behalf of any and all the partners of the JVCA during the
tendering process and, in the event the JVCA is awarded the
Contract, during contract execution including the receipt of
payments for and on behalf of the JVCA.

18.5 Each partner of the JVCA shall complete the JVCA Partner
Information (Form PW3-3) for submission with the Tender.

19. Subcontractor(s) 19.1 A Tenderer may intend to subcontract an activity or part of the
Works, in which case such elements and the proposed
Subcontractor shall be clearly identified.

19.2 The Procuring Entity may require Tenderers to provide more


information about their subcontracting arrangements. If any
Subcontractor is found ineligible or unsuitable to carry out the
subcontracted tasks, the Procuring Entity may request the
Tenderer to propose an acceptable substitute.

19.3 The Procuring Entity may also select nominated


Subcontractor(s) to execute certain specific components of the
Works and if so, those will be specified in the TDS.

19.4 The successful Tenderer shall under no circumstances assign


the Works or any part of it to a Subcontractor.

19.5 Each Subcontractor shall complete the Subcontractor


Information (Form PW3-4) for submission with the Tender.

19
D. Tender Preparation
20. Only one Tender 20.1 A Tenderer shall submit only one (1) Tender for each lot, either
individually or as a JVCA. The Tenderer who submits or
participates in more than one (1) Tender in one (1) lot will
cause all the Tenders of that particular Tenderer to be
rejected.

21. Cost of Tendering 21.1 The Tenderer shall bear all costs associated with the
preparation and submission of its Tender, and the Procuring
Entity shall not be responsible or liable for those costs,
regardless of the conduct or outcome of the Tendering
process.

22. Issuance and Sale of 22.1 A Procuring Entity shall make Tender Documents available
Tender Document immediately to the potential Tenderers, requesting and willing
to purchase at the corresponding price if the advertisement
has been published in the newspaper.

22.2 There shall not be any pre-conditions whatsoever, for sale of


Tender Documents and the sale of such Document shall be
permitted up to the day prior to the day of deadline for the
submission of Tender.

23. Language of Tender 23.1 The Tender shall be written in the English language.
Correspondences and documents relating to the Tender may
be written in English or Bangla. Supporting documents and
printed literature furnished by the Tenderer that are part of the
Tender may be in another language, provided they are
accompanied by an accurate translation of the relevant
passages in the English or Bangla language, in which case, for
purposes of interpretation of the Tender, such translation shall
govern.
23.2 The Tenderer shall bear all costs of translation to the
governing language and all risks of the accuracy of such
translation.

24. Contents of Tender 24.1 The Tender prepared by the Tenderer will comprise the
following:

(a) the Tender Submission Letter in accordance with ITT


Clause 25 (Form PW3-1);
(b) Tenderer Information in accordance with ITT Clauses 5,
29 and 32 (Form PW3-2);
(c) the priced Bill of Quantities for each lot in accordance
with ITT Clauses 25,27 and 28;
(d) Tender Security as stated under ITT Clauses 35, 36 and
37.
(e) alternatives, if permissible, as stated under ITT Clause
26;

20
(f) written confirmation authorizing the signatory of the
Tender to commit the Tenderer, as stated under ITT Sub
Clause 40.3;
(g) Valid Trade license ;
(h) documentary evidence of Tax Identification Number (TIN)
and Value Added Tax (VAT) as a proof of taxation
obligations as stated under ITT Sub Clause 5.9;
(i) documentary evidence as stated under ITT Clause 29
establishing the Tenderer’s qualifications to perform the
Contract if its tender is accepted;
(j) Technical Proposal describing work plan & method,
personnel, equipment and schedules as stated under
ITT Clause 31;
(k) documentary evidence as stated under ITT Clause 32
establishing the minimum qualifications of the Tenderer
required to be met for due performance of the Works and
physical services under the Contract; and
(l) Any other document as specified in the TDS.

24.2 In addition to the requirements stated under ITT Sub Clause


24.1, Tenders submitted by a JVCA or proposing a
Subcontractor shall include:

(a) a Joint Venture Agreement entered into by all partners,


executed on a non-judicial stamp of value or equivalent
as stated under ITT Sub Clause 18.1; or
(b) a Letter of Intent along with the proposed agreement duly
signed by all partners of the intended JVCA with the
declaration that it will execute the Joint Venture
agreement in the event the Tenderer is successful;
(c) the JVCA Partner Information (Form PW3-3);
(d) The Subcontractor Information (Form PW3-4).

25. Tender Submission 25.1 The Tenderer shall submit the Tender Submission Letter
Letter and Bill of (Form PW3-1), which shall be completed without any
Quantities alterations to its format, filling in all blank spaces with the
information requested, failing which the Tender may be
rejected as being incomplete.

25.2 The Tenderer shall submit the priced Bill of Quantities using
the form(s) furnished in Section 6: Bill of Quantities.

25.3 If in preparing its Tender, the Tenderer has made errors in the
unit rate or price or the total price, and wishes to correct such
errors prior to submission of its Tender, it may do so, but shall
ensure that each correction is initialled by the authorised
person of the Tenderer.

26. Alternatives 26.1 Unless otherwise stated in the TDS, alternatives shall not be
considered.

21
26.2 When alternative times for completion are explicitly invited, a
statement to that effect will be included in the TDS, as will the
method of evaluating different times for completion.

26.3 Except as provided under ITT Sub Clause 26.4, Tenderers


wishing to offer technical alternatives to the requirements of
the Tender Documents must first price the Procuring Entity’s
design as described in the Tender Documents and shall further
provide all information necessary for a complete evaluation of
the alternative by the Procuring Entity, including drawings,
designs, design calculations, technical specifications,
breakdown of prices, and proposed construction methodology
and other relevant details.

26.4 When specified in the TDS, Tenderers are permitted to submit


alternative technical solutions for specified parts of the Works,
and such parts will be identified in the TDS.

26.5 Only the technical alternatives, if any, of the lowest evaluated


tenderer conforming to the basic technical requirements will be
considered by the Procuring Entity.

27. Tender prices, 27.1 The prices and discounts quoted by the Tenderer in the
discounts and price Tender Submission Letter (Form PW3-1) and in the Bill of
adjustment Quantities (BOQ) shall conform to the requirements specified
below.

27.2 The Tenderer shall fill in unit rates or prices for all items of the
Works both in figures and in words as described in the BOQ.

27.3 The items quantified in the BOQ for which no unit rates or
prices have been quoted by the Tenderer will not be paid for,
by the Procuring Entity when executed and shall be deemed
covered by the amounts of other rates or prices in the BOQ
and, it shall not be a reason to change the Tender price.

27.4 The Procuring Entity may, if necessary, require the Tenderer to


submit the detail breakdown of the unit rates or prices quoted
by the Tenderer for the facilitation of the Tender proceedings.

27.5 The price to be quoted in the Tender Submission Letter, as


stated under ITT Sub Clause 25.1, shall be the total price of
the Tender, excluding any discounts offered.

27.6 The Tenderer shall quote any unconditional discounts and the
methodology for application of discount in the Tender
Submission Letter as stated under ITT Sub Clause 25.1.

27.7 Tenderers wishing to offer any price reduction for the award of
more than one lot shall specify in their Tender the price

22
reductions applicable to each lot, or alternatively, to any
combination of lots within the package. Price reductions or
discounts will be submitted as stated under ITT Sub Clause
27.1, provided the Tenders for all lots are submitted and
opened together.

27.8 All applicable taxes, custom duties, VAT and other levies
payable by the Contractor under the Contract, or for any other
causes, as of the date twenty-eight (28) days prior to the
deadline for submission of Tenders, shall be included in the
unit rates and prices and the total Tender price submitted by
the Tenderer.

27.9 Unless otherwise provided in the TDS and the Contract, the
price of a Contract shall be fixed in which case the unit rates or
prices may not be modified in response to changes in
economic or commercial conditions.

27.10 If so indicated under ITT Sub Clause 27.9, Tenders are being
invited with a provision for price adjustments. The unit rates or
prices quoted by the Tenderer are subject to adjustment during
the performance of the Contract in accordance with the
provisions of GCC Clause 71 and, in such case the Procuring
Entity shall provide the indexes and weightings or coefficients
in Appendix to the Tender for the price adjustment formulae
specified in the PCC.

27.11 The Procuring Entity may require the Tenderer to justify its
proposed indexes, if any of those as stated under ITT Sub
Clause 27.10, are instructed to be quoted by the Tenderer in
Appendix to the Tender.

28. Tender Currency 28.1 The Tenderer shall quote all prices in the Tender Submission
Letter and in the Bill of Quantities in Bangladesh Taka
currency unless otherwise specified in the TDS.

29. Documents 29.1 A Tenderer, if applying as a sole Tenderer, shall submit


Establishing Eligibility documentary evidence to establish its eligibility as stated under
of the Tenderer ITT Clause 5 and, in particular, it shall:

(a) complete the eligibility declarations in the Tender


Submission Letter (Form PW3-1);
(b) complete the Tenderer Information (Form PW3-2);
(c) Provide completed Subcontractor Information(Form
PW3-4), if it intends to engage any Subcontractor(s).

29.2 A Tenderer, if applying as a partner of an existing or intended


JVCA shall submit documentary evidence to establish its
eligibility as stated under ITT Clause 5 and, in particular, in
addition to as specified in ITT Sub Clause 29.1, it shall:

23
(a) provide for each JVCA partner, completed JVCA
Partner Information (Form PW3-3);
(b) Provide the JVCA agreement or Letter of Intent along
with the proposed agreement of the intended JVCA as
stated in ITT Sub Clause 18.1.

30. Documents 30.1 The Tenderer shall submit documentary evidence to establish
Establishing the the origin of all Materials, Equipment and services to be
Eligibility and supplied under the Contract as stated under ITT Clause 6.
Conformity of
Materials, Equipment 30.2 To establish the conformity of the Materials, Equipment and
and Services services to be supplied under the Contract, the Tenderer shall
furnish, as part of its Tender, the documentary evidence (which
may be in the form of literature, specifications and brochures,
drawings or data) that these conform to the technical
specifications and standards specified in Section 7, General
Specifications and Section 8, Particular Specifications.

31. Documents 31.1 The Tenderer shall furnish a Technical Proposal including a
Establishing statement of work methods, equipment, personnel, schedule
Technical Proposal and any other information as stipulated in TDS, in sufficient
detail to demonstrate the adequacy of the Tenderer’s proposal
to meet the work requirements and the completion time.

24
32. Documents 32.1 Tenderers shall complete and submit the Tenderer Information
Establishing the (Form PW3-2) and shall include documentary evidence, as
Tenderer’s applicable to satisfy the following:
Qualification
(a) general experience of construction works as stated under
ITT Sub Clause 14.1(a) ;
(b) specific experience in construction works of similar
nature and size as stated under ITT Sub Clauses
14.1(b)
(c) average annual construction turnover for a period as
stated under ITT Sub Clause 15.1(a);
(d) adequacy of working capital for this Contract i.e. access
to line(s) of credit and availability of other financial
resources as stated under ITT Sub Clause 15.1(b);
(e) technical and administrative personnel along with their
qualification and experience proposed for the Contract as
stated under ITT Clause 16;
(f) major items of construction equipment proposed to carry
out the Contract as stated under ITT Clause 17;
(g) Authority to seek references from the Tenderer’s bankers
or any other sources.
(h) information regarding any litigation, current or during the
last five years, in which the Tenderer is involved, the
parties concerned, and disputed amount;
(i) Reports on the financial standing of the Tenderer, such
as profit and loss statements and auditor’s reports for the
past five years.

32.2 A Procuring Entity shall disqualify a Tenderer who submits a


document containing false information for purposes of
qualification or mislead or makes false representations in proof
of qualification requirements. A Procuring Entity may declare
such a Tenderer ineligible, either indefinitely or for a stated
period of time, from participation in future procurement
proceedings

32.3 A Procuring Entity may disqualify a Tenderer if it finds at any


time that the information submitted concerning the
qualifications of the Tenderer was materially inaccurate or
materially incomplete. Also, a Procuring Entity may disqualify
a Tenderer who has record of poor performance such as
abandoning the works, not properly completing the contract,
inordinate delays, litigation history or financial failures.

33. Validity Period of 33.1 Tenders shall remain valid for the period specified in the TDS
Tender after the date of Tender submission deadline prescribed by the
Procuring Entity. A Tender valid for a period shorter than that
specified will be rejected by the Procuring Entity as non-
responsive.

25
34. Extension of Tender 34.1 In exceptional circumstances, prior to the expiration of the
Validity and Tender Tender validity period, the Procuring Entity may solicit the
Security Tenderers’ consent to an extension of the period of validity of
their Tenders.

34.2 The request and the responses shall be made in writing.


Validity of the tender security provided under ITT Clause 35
shall also be suitably extended for twenty eight (28) days
beyond the new date for the expiry of the Tender Validity. If a
Tenderer does not respond or refuses the request it shall not
forfeit its tender security, but its tender shall no longer be
considered in the evaluation proceedings. A Tenderer agreeing
to the request will not be required or permitted to modify its
tender.

35. Tender Security 35.1 The Tenderer shall furnish as part of its Tender, in favour of
the Procuring Entity or as otherwise directed on account of the
Tenderer, a Tender Security in original form and in the
amount, as specified in the TDS.

35.2 If the Tender is a Joint Venture, the Tenderer shall furnish as


part of its Tender, in favour of the Procuring Entity or as
otherwise directed on account of the title of the existing or
intended JVCA or any of the partners of that JVCA or in the
names of all future partners as named in the Letter of Intent of
the JVCA, a Tender Security in original form and in the amount
as stated under ITT Sub Clause 35.2.

36. Form of tender 36.1 The Tender Security shall:


security
(a) at the Tenderer’s option, be either;

i. in the form of a bank draft or pay order, or


ii. in the form of an irrevocable bank guarantee issued
by a scheduled Bank of Bangladesh, in the format
(Form PW3-6) furnished in Section 5: Tender and
Contract Forms;

(b) be payable promptly upon written demand by the


Procuring Entity in the case of the conditions listed in ITT
Sub Clause 39 being invoked; and

(c) remain valid for at least twenty eight (28) days beyond
the expiry date of the Tender Validity in order to make a
claim in due course against a Tenderer in the
circumstances as stated under ITT Sub Clause 39.1.

37. Authenticity of 37.1 The authenticity of the Tender Security submitted by a


Tender Security Tenderer may be examined and verified by the Procuring
Entity at its discretion in writing from the Bank issuing the
security.

26
37.2 If a Tender Security is found to be not authentic, the
Procuring Entity may proceed to take measures against that
Tenderer as stated under ITT Sub Clause 4.4.

37.3 A Tender not accompanied by a valid Tender Security willbe


rejected by the Procuring Entity.

38. Return of Tender 38.1 No Tender Securities shall be returned by the Tender
Security Opening Committee (TOC) during and after the opening of
the Tenders.

38.2 No Tender Security shall be returned to the Tenderers before


contract signing, except to those who are found unsuccessful.

38.3 Unsuccessful Tenderer’s tender security will be discharged or


returned as soon as possible but within 28 days of the end of
the tender validity period specified in ITT Sub-Clauses 33.1.

38.4 The tender security of the Successful Tenderer will be


discharged upon the Tenderer’s furnishing of the
performance security pursuant to ITT Clause 33 and signing
the Agreement.

39. Forfeiture of Tender 39.1 The Tender Security may be forfeited, if a Tenderer:
Security (a) withdraws its Tender after opening of Tenders but within
the validity of the Tender as stated under ITT Clause 33
and 34; or
(b) refuses to accept a Notification of Award as stated under
ITT Sub Clause 63.1; or
(c) fails to furnish Performance Security as stated under ITT
Sub Clause 64.1 and 64.2; or
(d) refuses to sign the Contract as stated under ITT Sub
Clause 69.2 ; or
(e) Does not accept the correction of the Tender price
following the correction of the arithmetic errors as stated
under ITT Clause 55.

40. Format and Signing 40.1 The Tenderer shall prepare one (1) original of the documents
of Tender comprising the Tender as described in ITT Clause 24 and
clearly mark it “ORIGINAL.” In addition, the Tenderer shall
prepare the number of copies of the Tender, as specified in the
TDS and clearly mark each of them “COPY.” In the event of
any discrepancy between the original and the copies, the
ORIGINAL shall prevail.

40.2 Alternatives, if permitted in accordance with ITT Clause 26,


shall be clearly marked “Alternative”.

40.3 The original and each copy of the Tender shall be typed or
written in indelible ink and shall be signed by the Person duly
authorized to sign on behalf of the Tenderer. This authorization

27
shall be attached to the Tender Submission Letter (Form
PW3-1). The name and position held by each Person(s)
signing the authorization must be typed or printed below the
signature. All pages of the original and of each copy of the
Tender, except for un-amended printed literature, shall be
numbered sequentially and signed or initialled by the person
signing the Tender.

40.4 Any interlineations, erasures, or overwriting will be valid only if


they are signed or initialled by the Person (s) signing the
Tender.

E. Tender Submission
41. Sealing,Marking and 41.1 The Tenderer shall enclose the original in one (1) envelope
Submission of and all the copies of the Tender, including the alternatives, if
Tender permitted under ITT Clause 26, in another envelope, duly
marking the envelopes as “ORIGINAL” “ALTERNATIVE” (if
permitted) and “COPY.” These sealed envelopes will then be
enclosed and sealed in one (1) single outer envelope.

41.2 The inner and outer envelopes shall:

(a) be addressed to the Procuring Entity at the address as


stated under ITT Sub Clause 42.1;
(b) bear the name of the Tender and the Tender Number as
stated under ITT Sub Clause 1.1;
(c) bear the name and address of the Tenderer;
(d) bear a statement “DO NOT OPEN BEFORE 22nd
December 2014 up to 15:30 hours local time” the
time and date for Tender opening as stated under ITT
Sub Clause 48.2;
(e) Bear any additional identification marks as specified in
the TDS.

41.3 The Tenderer is solely and entirely responsible for pre-


disclosure of Tender information if the envelope(s) are not
properly sealed and marked.

41.4 Tenders shall be delivered by hand or by mail, including


courier services at the address(s) as stated under ITT Sub
Clause 42.1.

41.5 The Procuring Entity will, on request, provide the Tenderer with
acknowledgement of receipt showing the date and time when
it’s Tender was received.

42. Deadline for 42.1 Tenders shall be delivered to the Procuring Entity at the
Submission of address specified in the TDS and no later than the date and
Tender time specified in the TDS.

28
42.2 The Procuring Entity may, at its discretion, extend the deadline
for submission of Tender as stated under ITT Sub Clause 42.1,
in which case all rights and obligations of the Procuring Entity
and Tenderers previously subject to the deadline will thereafter
be subject to the new deadline as extended.

42.3 The submission of Tenders will not be allowed in more than


one place.

43. Late Tender 43.1 Any Tender received by the Procuring Entity after the deadline
for submission of Tenders as stated under ITT Sub Clause
42.1 shall be declared LATE, rejected, and returned unopened
to the Tenderer.

44. Notice for 44.1 A Tenderer may modify, substitute or withdraw its Tender after
Modification, it has been submitted by sending a written notice duly signed
Substitution or by the authorized signatory and properly sealed, and shall
Withdrawal of Tender include a copy of the authorization; provided that such written
notice including the affidavit is received by the Procuring Entity
prior to the deadline for submission of Tenders as stated under
ITT Clause 42.

45. Tender Modification 45.1 The Tenderer shall not be allowed to retrieve its original
Tender, but shall be allowed to submit corresponding
modification to its original Tender marked as
“MODIFICATION”.

46. Tender Substitution 46.1 The Tenderer shall not be allowed to retrieve its original
Tender, but shall be allowed to submit another Tender marked
as “SUBSTITUTION”.

47. Tender Withdrawal 47.1 The Tenderer shall be allowed to withdraw its Tender by a
Letter of Withdrawal marked as “WITHDRAWAL”.

F. Tender Opening and Evaluation


48. Tender Opening 48.1 Tenders shall be opened in one location, immediately, but no
later than one hour, after the deadline for submission of
Tenders at the place as specified in the TDS.

48.2 Persons not associated with the Tender may not be allowed to
attend the public opening of Tenders.

48.3 The Tenderers’ representatives shall be duly authorised by the


Tenderer. Tenderers or their authorised representatives will be
allowed to attend and witness the opening of Tenders, and will
sign a register evidencing their attendance.

48.4 The authenticity of withdrawal or substitution of, or

29
modifications to original Tender, if any made by a Tenderer in
specified manner, shall be examined and verified by the
Tender Opening Committee (TOC) based on documents
submitted as stated under ITT Sub Clause 44.1.

48.5 Tenders will be opened in the following manner:

(a) First, envelopes marked “Withdrawal” shall be opened


and read out and the envelope with the corresponding
tender shall not be opened, but returned to the Tenderer.
No Tender withdrawal shall be permitted unless the
corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at
tender opening. Next, envelopes marked “Substitution”
(S) shall be opened and read out and exchanged with
the corresponding tender being substituted, and the
substituted tender shall not be opened, but returned to
the Tenderer. No Tender substitution shall be permitted
unless the corresponding substitution notice contains a
valid authorization to request the substitution and is read
out at tender opening. Envelopes marked “Modification”
(M) shall be opened and read out with the corresponding
tender. No tender modification shall be permitted unless
the corresponding modification notice contains a valid
authorization to request the modification and is read out
at tender opening. Only envelopes that are opened and
read out at tender opening shall be considered further.

(b) secondly, the remaining Tenders will be sorted out and


those marked “Substitution” or “Modification” willbe
linked with their corresponding “Original”(O) Tender;

(c) Thirdly, if so specified in this Tender Document, the


envelopes marked “Alternative” (A) shall be opened and
read aloud with the corresponding Tender and recorded.

48.6 Ensuring that only the correct (M), (S), (A), (O) envelopes are
opened, details of each Tender will be dealt with as follows:

(a) the Chairperson of the Tender Opening Committee will


read aloud each Tender and record in the Tender
Opening Sheet (TOS) :

(i) the name and address of the Tenderer;


(ii) state if it is a withdrawn, modified, substituted or
original Tender;
(iii) the Tender price;
(iv) any discounts;
(v) any alternatives;
(vi) the presence or absence of any requisite Tender
Security; and

30
(vii) Such other details as the Procuring Entity, at its
discretion, may consider appropriate.

(b) Only discounts and alternatives read aloud at the Tender


opening willbe considered in evaluation.

(c) All pages of the original version of the Tender, except for
un-amended printed literature, will be initialled by
members of the Tender Opening Committee.

48.7 Upon completion of Tender opening, all members of the


Tender Opening Committee and the Tenderers or Tenderer’s
duly authorised representatives attending the Tender opening
shall sign by name, address, designation, the Tender Opening
Sheet, copies of which shall be issued to the Head of the
Procuring Entity or an officer authorised by him or her and also
to the members of the Tender Opening Committee and any
authorised Consultants and, to the Tenderers immediately.

48.9 The omission of a Tenderer’s signature on the record shall not


invalidate the contents and effect of the record under ITT Sub
Clause 48.7.

48.10 No Tender willbe rejected at the Tender opening stage except


the LATE Tenders as stated in the ITT Clause 43.

49. Evaluationof tenders 49.1 Tenders shall be examined and evaluated only on the basis of
the criteria specified in the Tender Document.

49.2 The Procuring Entity’s Tender Evaluation Committee (TEC)


shall examine, evaluate and compare Tenders that are
substantially responsive to the requirements of Tender
Documents in order to identify the successful Tenderer.

50. Evaluation process 50.1 The TEC will consider a Tender responsive that conforms in all
respects to the requirements of the Tender Document without
material deviation, reservation, or omission. The evaluation
process should begin immediately after tender opening,
following four broad steps:

(a) Preliminary examination


(b) Technical examination and responsiveness
(c) Financial evaluation and price comparison
(d) Post-qualification of the Tender.

51. Preliminary 51.1 The Procuring Entity shall examine the tenders to confirm that
Examination all documentation requested in ITT Clause 24 has been
provided, to determine the completeness of each document
submitted.

51.2 The Procuring Entity shall confirm that the following

31
documents and information have been provided in the tender.
If any of these documents or information is missing, the offer
shall be rejected.

(a) Tender Submission Letter;


(b) Priced Bill of Quantities;
(c) Written confirmation of authorization to commit the
Tenderer; and
(d) Tender Security.

52. Technical 52.1 The Procuring Entity’s determination of a tender’s


Responsiveness and responsiveness is to be based on the contents of the tender
Technical Evaluation itself without recourse to extrinsic evidence.

52.2 A substantially responsive tender is one that conforms in all


respects to the requirements of the Tender Document without
material deviation, reservation, or omission. A material
deviation, reservation, or omission is one that:

(a) affects in any substantial way the scope, quality, or


performance of the Works specified in the Contract; or
(b) limits in any substantial way, or is inconsistent with the
Tender Documents, the Procuring Entity’s rights or the
Tenderer’s obligations under the Contract; or
(c) If rectified would unfairly affect the competitive position of
other Tenderers presenting substantially responsive
tenders.

52.3 If a tender is not substantially responsive to the Tender


Document, it shall be rejected by the Procuring Entity and shall
not subsequently be made responsive by the Tenderer by
correction of the material deviation, reservation, or omission.

52.4 There shall be no requirement as to the minimum number of


responsive tenders.

52.5 There shall be no automatic exclusion of tenders which are


above or below the official estimate.

52.6 The Procuring Entity shall now examine the tender to confirm
that all terms and conditions specified in the GCC and the PCC
have been accepted by the Tenderer without any material
deviation or reservation.

52.7 The Procuring Entity shall evaluate the technical aspects of the
tender submitted in accordance with ITT Clauses 30,31 and
32, to confirm that all requirements specified in Section 7:
General Specifications and Section 8: Particular Specifications
of the Tender Document have been met without any material
deviation or reservation.

32
52.8 If, after the examination of the terms and conditions and the
technical aspects of the tender, the Procuring Entity
determines that the tender is not substantially responsive in
accordance with ITT Sub-Clauses 52.6 and 52.7, it shall reject
the tender.

52.9 Provided that a tender is substantially responsive, the


Procuring Entity may request that the Tenderer submit the
necessary information or documentation, within a reasonable
period of time, to rectify nonmaterial nonconformities or
omissions in the tender related to documentation
requirements. Such omission shall not be related to any
aspect of the rates of the tender reflected in the Priced Bill of
Quantities. Failure of the Tenderer to comply with the request
may result in the rejection of its tender.

52.10 The TEC may regard a Tender as responsive even if it


contains;

(a) minor or insignificant deviations which do not


meaningfully alter or depart from the technical
specifications, characteristics and commercial terms and,
conditions or other mandatory requirements set out in
the Tender Document; or
(b) Errors or oversights that if corrected, would not alter the
key aspects of the Tender.

53. Clarification on 53.1 The TEC may ask Tenderers for clarification of their Tenders,
Tender including information which is historical in nature or breakdowns
of unit rates or prices, in order to facilitate the examination and
evaluation of Tenders. The request for clarification by the TEC
and the response from the Tenderer shallbe in writing, and
Tender clarifications which may lead to a change in the
substance of the Tender or in any of the key elements of the
Tender pursuant to ITT Sub Clause 52.2, will neither be sought
nor be permitted.

53.2 Changes in the Tender price shall also not be sought or


permitted, except to confirm the correction of arithmetical errors
discovered by the TEC in the evaluation of the Tenders, as
stated under ITT Sub Clause 55.1.

54. Restrictions on 54.1 After the opening of tenders, information relating to the
Disclosure of examination, clarification, and evaluation of tenders and
Information recommendations for award shall not be disclosed to tenderers
or other persons not officially concerned with the evaluation
process until the award of the contract is announced.

54.2 Any effort by a Tenderer to influence a Procuring Entity in its


decision concerning the evaluation of Tenders, Contract awards
may result in the rejection of its Tender as well as further action

33
in accordance with Section 64 (5) of the Public Procurement
Act, 2006.

55. Correction of 55.1 Provided that the Tender is substantially responsive, the TEC
Arithmetical Errors shall correct arithmetical errors on the following basis:

(a) if there is a discrepancy between the unit price and the


line item total price that is obtained by multiplying the unit
price and quantity, the unit price will prevail and the line
item total price shall be corrected, unless in the opinion of
the TEC there is an obvious misplacement of the decimal
point in the unit price, in which case the total price as
quoted willgovern and the unit price will be corrected; and

(b) if there is an error in a total corresponding to the addition


or subtraction of subtotals, the subtotals shall prevail and
the total shall be corrected; and

(c) If there is a discrepancy between words and figures, the


unit price in words will prevail, unless the amount
expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject to
(a) and (b) above.

55.2 If the Tenderer determined to be the lowest evaluated


tenderer does not accept the correction of errors, its tender
shall be disqualified and its tender security may be forfeited.

56. Financial evaluation 56.1 The TEC will evaluate each Tender that has been determined,
up to this stage of the evaluation, to be substantially
responsive to the requirements set out in the Tender
Document.

56.2 To evaluate a Tender, the TEC will consider the following:

(a) the Tender price, excluding Provisional Sums and the


provision, if any, for contingencies in the priced Bill of
Quantities, but including Day work items, where priced
competitively;
(b) adjustments for correction of arithmetical errors pursuant
to ITT Sub Clause 55.1;
(c) adjustments in order to take into consideration the
unconditional discounts or methodology for application of
the discount offered pursuant to ITT Sub Clause 27.7;
(d) Adjustments for any other acceptable variations or
deviations pursuant to ITT Sub Clause 52.10.

56.3 Variations, deviations, alternatives and other factors which are


in excess of the requirements of the Tender Document or
otherwise result in unsolicited benefits for the Procuring Entity
will not be taken into account in Tender evaluation.

34
56.4 The estimated effect of any price adjustment provisions under
GCC Clause 71, applied over the period of execution of the
Contract, will not be taken into account in Tender evaluation.

56.5 If so indicated in the ITT Sub Clause 1.1 the Procuring Entity
may award one or multiple lots to one Tenderer following the
methodology specified in ITT Sub Clause 56.6.

56.6 To determine the lowest-evaluated lot or combination of lots,


the TEC will take into account:

(a) the experience and resources sufficient to meet the


aggregate of the qualifying criteria for the individual lot;
(b) the lowest-evaluated Tender for each lot calculated in
accordance with all the requirements of Evaluation
Criteria;
(c) the price reduction on account of discount per lot or
combination of lots and the methodology for application
of the discount as offered by the Tenderer in its Tender;
and
(d) the Contract-award sequence that provides the optimum
economic combination on the basis of least overall cost
of the total Contract package taking into account any
limitations due to constraints in Works or execution
capacity determined in accordance with the post-
qualification criteria stated under ITT Clause 59.

56.7 If the tender, which results in the lowest evaluated Tender


Price, is Substantially below the updated official estimate or
seriously unbalanced as a result of front loading in the opinion
of the Procuring Entity, the Procuring Entity may require the
Tenderer to produce details price analyses for any or all items
of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and
schedule proposed. After evaluation of the price analyses,
taking into consideration the schedule of estimated Contract
payments, the Procuring Entity may require that the amount of
the performance security set forth in ITT Clause 64 be
increased at the expenses of the Tenderer to a level sufficient
to protect the Procuring Entity against financial loss in the
event of default of the successful Tenderer under the Contract.

57. Price Comparison 57.1 The TEC will compare all substantially responsive Tenders to
determine the lowest-evaluated Tender, in accordance with
ITT Clause 56.

57.2 In the extremely unlikely event that there is a tie for the lowest
evaluated price, the Tenderer with the superior past
performance with the Procuring Entity shall be selected,
whereby factors such as delivery period, quality of Works

35
delivered, complaints history and performance indicators could
be taken into consideration.

57.3 In the event that there is a tie for the lowest price and none of
the Tenderers has the record of past performance with the
Procuring Entity as stated under ITT Sub Clause 57.2, then the
Tenderer shall be selected, subject to firm confirmation
through the Post-qualification process, after consideration as
to whether the Tenderer has demonstrated in its Tender
superior past performance with the other Procuring Entities or
a more efficient work programme and work methodology.

57.4 The successful Tenderer as stated under ITT Sub Clauses


57.1, 57.2 and 57.3 shall not be selected through lottery under
any circumstances.

58. Negotiations 58.1 No negotiations shall be held during the Tender evaluation or
award with the lowest or any other Tenderer.

58.2 The Procuring Entity through the TEC may, however, negotiate
with the lowest evaluated Tenderer with the objective to reduce
the Contract price by reducing the scope of works or a
reallocation of risks and responsibilities, only when it is found
that the lowest evaluated Tender is significantly higher than the
official estimate; the reasons for such higher price being duly
analysed.

58.3 If the Procuring Entity decides to negotiate for reducing the


scope of the requirements under ITT Sub Clause 58.2, it will
be required to guarantee that the lowest Tenderer remains the
lowest Tenderer even after the scope of work has been revised
and shall further be ensured that the objective of the
Procurement will not be seriously affected through this
reduction.

58.4 In the event that the Procuring Entity decides because of a


high Tender price to reduce the scope of the requirements to
meet the available budget, the Tenderer is not obliged to
accept the award and shall not be penalised in any way for
rejecting the proposed award.

59. Post-qualification 59.1 The Procuring Entity shall determine to its satisfaction whether
the Tenderer that is selected as having submitted the lowest
evaluated and substantially responsive tender is qualified to
perform the Contract satisfactorily.

59.2 The determination shall be based upon an examination of the


documentary evidence of the Tenderer’s qualifications
submitted by the Tenderer, pursuant to ITT Clause 32,
clarifications in accordance with ITT Clause 53 and the
qualification criteria indicated in ITT Clauses 12 to 17. Factors

36
not included therein shall not be used in the evaluation of the
Tenderer’s qualification.

59.3 An affirmative determination shall be a prerequisite for award


of the Contract to the Tenderer. A negative determination shall
result in rejection of the Tenderer’s Tender, in which event the
Procuring Entity shall proceed to the next lowest evaluated
tender to make a similar determination of that Tenderer’s
capabilities to perform satisfactorily

59.4 The TEC may verify information contained in the Tender by


visiting the premises of the Tenderer as a part of the post
qualification process, if practical and appropriate.

60. Procuring Entity’s 60.1 The Procuring Entity reserves the right to accept any tender,
Right to accept any to annul the tender proceedings, or to reject any or all tenders
or to reject any or All at any time prior to contract award, without thereby incurring
Tenders any liability to Tenderers, or any obligations to inform the
Tenderers of the grounds for the Procuring Entity’s action.

61. Informing Reasons 61.1 Notice of the rejection will be given promptly within seven (7)
for Rejection days of decision taken by the Procuring Entity to all Tenderers
and, the Procuring Entity will, upon receipt of a written request,
communicate to any Tenderer the reason(s) for its rejection but
is not required to justify those reason(s).

G. Contract Award
62. Award Criteria 62.1 The Procuring Entity shall award the Contract to the Tenderer
whose offer is responsive to all the requirements of the Tender
Document and that has been determined to be the lowest
evaluated Tender, provided further that the Tenderer is
determined to be Post-qualified in accordance with ITT Clause
59.

62.2 A Tenderer will not be required, as a condition for award, to


undertake responsibilities not stipulated in the Tender
documents, to change its price, or otherwise to modify its
Tender.

63. Notification of Award 63.1 Prior to the expiry of the Tender Validity period and within
seven (7) working days of receipt of the approval of the award
by the Approving Authority, the Procuring Entity shall issue the
Notification of Award (NOA) to the successful Tenderer.

63.2 The Notification of Award, attaching the contract as per the


sample (Form PW3-7) to be signed, shall state :

(a) the acceptance of the Tender by the Procuring Entity;


(b) the price at which the contract is awarded;

37
(c) the amount of the Performance Security and its format;
(d) the date and time within which the Performance Security
shall be submitted; and
(e) The date and time within which the Contract shall be
signed.

63.3 Until a formal contract is signed, the Notification of Award will


constitute a Contract, which shall become binding upon the
furnishing of a Performance Security and the signing of the
Contract by both parties.

64. Performance Security 64.1 The Performance Security shall be provided by the successful
Tenderer in the amount as specified in the TDS and
denominated in the currencies in which the Contract Price is
payable.

64.2 The Procuring Entity may increase the amount of the


Performance Security above the amounts as stated under ITT
Sub Clause 64.1 but not exceeding twenty five (25) percent of
the Contract price, if it is found that the Tender is substantially
below the updated official estimated or seriously unbalanced
as a result of front loading as stated under ITT Sub Clause
56.7.

64.3 The proceeds of the Performance Security shall be payable to


the Procuring Entity unconditionally upon first written demand
as compensation for any loss resulting from the Contractor’s
failure to complete its obligations under the Contract.

65. Form and Time 65.1 The Performance Security, as stated under ITT Clause 64,
Limit for Furnishing of may be in the form of a Bank Draft, Pay Order or an
Performance Security irrevocable Bank Guarantee in the format (Form PW3-9),
issued by any scheduled Bank of Bangladesh acceptable to
the Procuring Entity.

65.2 Within fourteen (14) days from the date of acceptance of the
Notification of Award (NOA) but not later than the date
specified therein, the successful Tenderer shall furnish the
Performance Security for the due performance of the Contract
in the amount as stated under ITT Sub Clauses 64.1 or 64.2.

66. Validity of 66.1 The Performance Security shall be required to be valid until a
Performance Security date twenty eight (28) days beyond the Intended Completion
Date as specified in Tender Document.

67. Authenticity of 67.1 The Procuring Entity may verify the authenticity of the
Performance Security Performance Security submitted by the successful Tenderer by
sending a written request to the branch of the bank issuing the
Pay Order, Bank Draft or irrevocable Bank Guarantee in
specified format.

38
68. Adjudicator 68.1 The Procuring Entity proposes the person named in the TDS to
be appointed as Adjudicator under the Contract, at an hourly
fee and for those reimbursable expenses specified in the TDS.

69. Contract Signing 69.1 At the same time as the Procuring Entity issues the Notification
of Award (NOA), the Procuring Entity will send the draft
Contract Agreement and all documents forming the Contract to
the successful Tenderer.

69.2 Within twenty-one (21) days of receipt of the Agreement, but


not later than twenty–eight (28) days of issuance of the NOA,
the successful Tenderer shall sign, date, and return it to the
Procuring Entity.

69.3 Failure of the successful Tenderer to submit the Performance


Security, pursuant to ITT Sub-Clause 64.1, or sign the Contract,
pursuant to ITT Sub-Clause 69.2, shall constitute sufficient
grounds for the annulment of the award and forfeiture of the
Tender Security. In that event the Procuring Entity may award
the Contract to the next lowest evaluated Tenderer, whose offer
is substantially responsive and is determined by the Procuring
Entity to be qualified to perform the Contract satisfactorily.

70. Publication of 70.1 Notification of Awards for Contracts of Taka ten (10) million and
Notification of Award above shall be notified by the Procuring Entity to the Central
of Contract Procurement Technical Unit within seven (7) days of issuance
of the NOA for publication in their website, and that notice shall
be kept posted for not less than a month.

70.2 Notification of Award for Contracts below Taka ten (10) million,
shall be published by the Procuring Entity on its Notice Board
and where applicable on the website of the Procuring Entity and
that notice shall be kept posted for not less than a month.

71. Debriefing of 71.1 Debriefing of Tenderers by Procuring Entity shall outline the
Tenderers relative status and weakness only of his or her tender
requesting to be informed of the grounds for not accepting the
Tender submitted by him or her, without disclosing information
about any other Tenderer.

71.2 In the case of debriefing, confidentiality of the evaluation


process shall be maintained.

72. Right to Complain 72.1 Any Tenderer has the right to complain in accordance with
Section 29 of the Public Procurement Act 2006 and Part 12 of
Chapter Three of the Public Procurement Rules, 2008.

39
Tender Data Sheet

40
Section 2. Tender Data Sheet
Instructions for completing Tender Data Sheet are provided in italics in parenthesis for the relevant ITT clauses
ITT Amendments of, and Supplements to, Clauses in the Instructions to
Clause Tenderers
A. General
ITT 1.1 The Procuring Entity is
Bangladesh Economic Zones Authority (BEZA) represented by the Project Director,
Bangladesh Economic Zones Development Project (Phase- I).

BDBL Bhaban, Level -15, 12 Kawran Bazaar, Dhaka


The Name of the Tender is:

Construction of Administrative Building for Mongla Economic Zone under Bagerhat


District.
Brief Description of the Works:Earth work, soil stabilization with lime, RCC raft,
RCC beams, RCC roof, Brick work, Plaster, Painting, Internal water supply &
sanitary works, Internal Electrical works etc.,
Tender Ref:4Date: 12 /11/ 2014

Lot No(s): 1
ITT 3.1 The source of public funds is International Development Association (IDA) &
Department for International Development (DFID) through the project Private
Sector Development Support Project.
ITT 3.3 The Bank means IDA
ITT 4.3 Guidelines: Procurement under IBRD Loans and IDA Credits (May 2004 and
revised in October, 2006 and May 2010), hereinafter referred to as the
Procurement Guidelines
ITT 5.1 Tenderers from the following countries are not eligible : Israel
ITT 6.1 Materials, Equipment and associated services from the following countries are not
eligible: Israel
B. Tender Document
ITT 8.2 The following are authorised agents of the Procuring Entity for the purpose of
issuing the Tender Document :

Project Director
Bangladesh Economic Zones Development Project (Phase- I)
Address:
Bangladesh Economic Zones Authority (BEZA)
BDBL Bhaban, Level-15, 12- Kawran Bazaar, Dhaka
Telephone No.: +88028180170
Fax No.: +88028180170/72
e-mail address: bezaprojectgov@gmail.com
ITT 9.1 For clarification of Tender Document purposes only, the Procuring Entity’s
address is:
Attention: Dr. Md. Nurannabi Mridha
Address: Project Director, Bangladesh Economic Zones Development Project
(Phase- I), Bangladesh Economic Zones Authority (BEZA).
Telephone No.: +88028180170
Fax No.: +88028180170/72

41
e-mail address: bezaprojectgov@gmail.com
ITT 10.1 A Pre-Tender meeting shall be held:

Date: 7th December 2014, Time: 16:00 hour local time


Venue:
BEZA Conference Room
BDBL Bhaban, Level-15, 12 Kawran Bazaar , Dhaka
C. Qualification Criteria
ITT 14.1(a) The minimum 10 (Ten) of years of general experience of the Tenderer in the
construction works as Prime Contractor shall be Five (Five)years withhaving
adequate experience of Construction of Buildings.

[Years counting backward from the date of publication of IFT in the newspaper]
ITT 14.1(b) Having experience in successful completion of at least 2(Two) numbers of similar
nature of building work with pile BDT. 500(Five hundred) Lakh in a single work
order in Govt. /Semi Govt/ Autonomous bodies in Bangladesh during the last 5
(Five) years.

[years counting backward from the date of publication of IFT in the newspaper]
In case of the work done under PWD, The certifying and authenticating
authority shall be the concerned Executive Engineer, under whom the work has
been executed.
In case of the work done under any Govt./ Semi Govt./Autonomous bodies/
Organization other than PWD the certifying authority shall be an officer not below
the rank of Executive Engineer and the same should be duly verified by the
concerned Executive Engineer of PWD of that area under whose jurisdiction the
work has been done.

ITT 15.1(a) The tenderer shall have a minimum average annual construction turnover of any
best of 5(five) years during the last 10(Ten) years amounting to BDT. 1500.00
(One Thousand and Five hundred and seventy) lakh.
[Years counting backward from the date of publication of IFT in the newspaper]
ITT 15.1(b) The minimum amount of liquid assets or working capital or credit facilities in the form
of bank confirmed credit certificate already available to the Tenderer shall be
BDT200 (Two hundred) Lac.
ITT A Construction Project Manager, Engineer, and other key staff shall have the
16.1(a), following qualifications and experience:

Designation, Basic Educational Total Works In Similar Works


Sl.
Qualifications & No. Of Experience Experience
No
Positions (years) (years)
1 Project Manager- B.sc in Civil Min. 15 Min. 5 years.
Engineer -1 Person years.
2 Field Engineer - B.sc in Civil Min. 10 Min. 5 years.
Engineer -1 Person years.
3 Site Supervisor – (Diploma –in- Min. 5 years. Min. 3 years.
Civil Engineer – 2 persons
4 Surveyor (Certificated in Min. 5 years. Min. 3 years
Surveying) -1 Person
5 Quality Control Engineer - Min. 5 years. Min. 3 years

42
1Persons
6 Work Assistant-HSC- 2 Persons Min. 5 years. Min. 3 years
ITT 17.1 The Tenderer shall own or have proven access to hire or lease of the major
construction equipment, in full working order as follows :

Minimum
No Equipment type and characteristics
Number Required
1 Excavator (0.5-0.7 cum) Min. 1 No.
2 Total Station Survey equipment (600M-1000M) Min. 1 Set
3 5-ton truck for carrying earth Min. 4 No.
4 Vibrator with needle Min. 2 No.
5 Concrete Mixer Machine Min. 2 No.
6 Water Pump with water tanker Min. 2 No.
ITT 18.1 The value of non-judicial stamp for execution of the Joint Venture agreement shall
be BDT. 300.00
ITT 18.2 The minimum qualification requirements of Leading Partner and other Partner(s)
of a JVCA shall be as follows:

TDS Clauses Requirements Requirements for Requirements for other


references by summation Leading Partner Partner(s)
ITT-14.1(a) Summation not Same as stated in Same as for
applicable TDS Leading Partner
ITT-14.1(b) At least one
100% Contract Not applicable

ITT-15.1(a) 100% 40% 25%


ITT-15.1(b) 100% Not applicable Not applicable
ITT-16.1(a) 100% Not applicable Not applicable
ITT-17.1 100% Not applicable Not applicable
ITT 19.3 The Nominated Subcontractor(s) named [insert name(s)] shall execute the following
specific components of the proposed Works: Not applicable
D. Tender Preparation
ITT 24.1 (l) The Tenderer shall submit with its Tender the following additional documents:

1. Valid trade license for the year 2014-15


2. Certificate of latest income tax clearance /Tax return submission with TIN
Number
3. VAT Registration Certificate
4. Original letter naming the person authorized to Sign on behalf of the
tenderer
5. Original Money Receipt of purchasing the tender document
6. Certificate on liquid asset from a scheduled Bank
7. Work Completion Certificate of similar Works
8. Key staffs & Equipment List.
9. Site Visit / Survey report (if any)
10. Summary/Consolidated audit report showing annual construction turnover
for the last 5(Five) years.
11. Work schedule preferably in the bar chart
ITT 26.1 Alternatives will not be permitted.

43
ITT 26.2 There shall not be alternative times for completion of the Works.
ITT 26.4 Alternative technical solutions for any parts of works will not be permitted.
ITT 27.9 The prices quoted by the Tenderer shall be fixed for the duration of the Contract.
ITT 28.1 The currency of the Tender shall be: Bangladesh Taka
ITT 31.1 The required Technical Proposal shall include the following additional information :
Proposed method of construction and Technical Specifications.
ITT 33.1 The Tender Validity period shall be 120 (One Hundred Twenty) days.
ITT 35.1 The amount of the Tender Security shall be BDT 15, 00,000 (Fifteen Lakh).
in favour ofProject Director, Bangladesh Economic Zones Development Project
(Phase- I), Bangladesh Economic zone Authority (BEZA).
ITT 40.1 In addition to the original of the Tender, [2] copies shall be submitted.
E. Tender Submission
ITT 41.2(e) The inner and outer envelopes shall bear the following additional identification
marks:

BEZA WD-5
ITT 42.1 For Tender submission purposes only, the Procuring Entity’s address is:

Attention: Project Director, Bangladesh Economic Zones Development Project


(Phase- I),
Address: Bangladesh Economic Zone Authority (BEZA), BDBL Bhaban, Level-15 ,
12- Kawran Bazaar, Dhaka
The deadline for the submission of Tenders is: 22nd Decemebr 2014
Time & Date: 15:00 hours local time
F. Tender Opening and Evaluation
ITT 48.1 The Tender opening shall take place at :
Conference Room, BDBL Bhaban, Level-15, 12- Kawran Bazaar, Dhaka
Address: Bangladesh Economic Zone Authority (BEZA), BDBL Bhaban, Level-15 ,
12- Kawran Bazaar, Dhaka
Time & Date: 15:30 hours local time on 22nd December 2014
G. Contract Award
ITT 64.1 The amount of Performance Security shall be [10%] percent of the Contract Price.
ITT 68.1 The Adjudicator proposed by the Procuring Entity is. Engr. xxxxxxxx, xxxxxxx
department.
The hourly fee shall be Tk [1000.00] and the reimbursable expenses shall be limited
to Tk. 1,00,000.00

The biographical data of the Adjudicator is:

Engr. xxxxxxxxxxx.
xxxxxxxxxxxxxxxxx
xxxxxxx department, Bangladesh.
Cell phone:+88- xxxxxxxxxxx
Phone: +88-xxxxxxxxx
E-mail: xxxxxxxx@xxxxxxxx, yyyyyyyyy@yyyyyyyyyy

[A brief CV is attached.]

44
General Conditions of Contract

45
Section 3.General Conditions of Contract
A. General
1. Definitions 1.1 In the Conditions of Contract, which include Particular Conditions
and these General Conditions, the following words and expressions
shall have the meaning hereby assigned to them. Boldface type is
used to identify the defined terms:

(a) Act means The Public Procurement Act, 2006.

(b) Adjudicator is the expert appointed jointly by the Procuring


Entity and the Contractor to resolve disputes in the first
instance, as provided for in GCC SubClause 94.2.

(c) The Bank means International Development Association


(IDA)

(d) Bill of Quantities (BOQ) means the priced and completed


Bill of Quantities forming part of the Contract defined in
GCC Clause 60.

(e) Compensation Events are those defined in GCC Clause


69.

(f) Approving Authority means the authority that gives


decision on specific issues as per delegation of
administrative and/or financial powers.

(g) Completion Certificate means the Certificate issued by the


Project Manager as evidence that the Contractor has
executed the Works and Physical services in all respects as
per design, drawing, specifications and Conditions of
Contract.

(h) Completion Date is the actual date of completion of the


Works and Physical services certified by the Project
Manager, in accordance with GCC Clause 80.

(i) Contract means the Agreement entered into between the


Procuring Entity and the Contractor, together with the
Contract Documents referred to therein, including all
attachments, appendices, and all documents incorporated
by reference therein to execute, complete, and maintain the
Works.

(j) Contract Documents means the documents listed in GCC


Clause 6, including any amendments thereto.

(k) Contractoris the party whose Tender to carry out the


Works has been accepted by the Procuring Entity.

46
(l) Contract Price is the price stated in the Notification of
Award and thereafter as adjusted in accordance with the
provisions of the Contract.

(m) Contractor’s Tender is the completed Tender Document


including the priced Bill of Quantities and the Schedules
submitted by the Contractor to the Procuring Entity.

(n) Day means calendar day unless otherwise specified as


working days.

(o) Dayworks means work carried out following the instructions


of the Procuring Entity or the authorised Project Manager
and is paid for on the basis of time spent by the Contractor’s
workers and equipment at the rates specified in the
Schedules, in addition to payments for associated Materials
and Plant.

(p) Defect is any part of the Works not completed in


accordance with the Contract.

(q) Defects Correction Certificate is the certificate issued by


the Project Manager upon correction of defects by the
Contractor.

(r) Defects LiabilityPeriod is the period specified in the PCC


and calculated from the Completion Date.Drawings include
calculations and other information provided in Section 9 or
as approved by the Project Manager for the execution and
completion of the Contract.

(s) Goods mean the Contractor’s Equipment, Materials, Plant


and Temporary Works, or any of them as appropriate.

(a) Equipment.Is the Contractor’s machinery and vehicles


brought temporarily to the Site to construct the Works.

(t) GCC means the General Conditions of Contract.

(u) Government means the Government of the People’s


Republic of Bangladesh.

(v) "Head of the Procuring Entity" means the Secretary of a


Ministry or a Division, the Head of a Government
Department or Directorate; or the Chief Executive, by
whatever designation called, of a local Government agency,
an autonomous or semi-autonomous body or a corporation,
or a corporate body established under the Companies Act;

47
(w) Intended Completion Date is the date calculated from the
Commencement Date as specified in the PCC, on which it is
intended that the Contractor shall complete the Works and
Physical services as specified in the Contract and may be
revised only by the Project Manager by issuing an extension
of time or an acceleration order.

(x) Materials means things of all kinds other than Plant


intended to form or forming part of the Works, including the
supply-only materials, if any, to be supplied by the
Contractor under the Contract.

(y) Month means calendar month.

(z) Initial Contract Price is the Contract Price stated in the


Procuring Entity’s Notification of Award.

(aa) PCC means the Particular Conditions of Contract.

(bb) Plant means the apparatus, machinery and other


equipment intended to form or forming part of the Works,
including vehicles purchased for the Procuring Entity and
relating to the construction of the Works and Physical
services.

(cc) Procuring Entityis the party who employs the Contractor to


carry out the Works, as specified in the PCC.

(dd) Project Manager is the person named in the PCC or any


other competent person appointed by the Procuring Entity
and notified to the Contractor who is responsible for
supervising the execution and completion of the Works and
Physical services and administering the Contract.

(ee) Provisional Sums means amounts of money specified by


the Procuring Entity in the Bill of Quantities which shall be
used, at its discretion, for payments to Nominated
Subcontractor(s) and for meeting other essential
expenditures under the Contract pursuant to GCC Sub
Clause 77.

(ff) Site means the places where the Works are to be executed
including storage and working areas and to which Plant and
Materials are to be delivered, and any other places as may
be specified in the PCC as forming part of the Site.

(gg) Site Investigation Reports are those that were included in


the Tender Document and are factual and interpretative
reports about the surface and subsurface conditions at the

48
Site.

(hh) Specification means the Specification of the Works


included in the Contract and any modifications or additions
to the specifications made or approved by the Project
Manager in accordance with the Contract.

(ii) Start Date is the date defined in the PCC and it is the last
date when the Contractor shall commence execution of the
Works under the Contract.

(jj) Subcontractor means a person or corporate body, who has


a contract with the Contractor to carry out a part of the work
in the Contract, which includes work on the Site.

(kk) Temporary Works means all temporary works of every kind


other than Contractor’s Equipment required on the Site for
the execution and completion of the Works and remedying
of any defects.

(ll) A Variation is an instruction given by the Project Manager


that varies the Works.

(mm) Works means all works associated with the construction,


reconstruction, site preparation, demolition, repair,
maintenance or renovation of railways, roads, highways, or
a building, an infrastructure or structure or an installation or
any construction work relating to excavation, installation of
equipment and materials, decoration, as well as physical
services ancillary to works as detailed in the PCC, if the
value of those services does not exceed that of the Works
themselves.

(nn) Writing means communication written by hand or machine


duly signed and includes properly authenticated messages
by facsimile or electronic mail.

2. Interpretation 2.1 In interpreting the GCC, singular also means plural, male also
means female or neuter, and the other way around. Headings in
the GCC shall not be deemed part thereof or be taken into
consideration in the interpretation or construance of the Contract.
Words have their normal meaning under the language of the
Contract unless specifically defined.

2.2 Entire Agreement

The Contract constitutes the entire agreement between the


Procuring Entity and the Contractor and supersedes all
communications, negotiations and agreements (whether written or
verbal) of parties with respect thereto made prior to the date of

49
Contract Agreement; except those stated under GCC Sub Clause
6.1(j).

2.3 Non waiver

(a) Subject to GCC Sub Clause 2.3(b), no relaxation, forbearance,


delay, or indulgence by either party in enforcing any of the
terms and conditions of the Contract or the granting of time by
either party to the other shall prejudice, affect, or restrict the
rights of that party under the Contract, neither shall any waiver
by either party of any breach of Contract operate as waiver of
any subsequent or continuing breach of Contract.

(b) Any waiver of a party’s rights, powers, or remedies under the


Contract must be in writing, dated, and signed by an
authorized representative of the party granting such waiver,
and must specify the right and the extent to which it is being
waived.

2.4 Severability

If any provision or condition of the Contract is prohibited or


rendered invalid or unenforceable, such prohibition, invalidity or
unenforceability shall not affect the validity or enforceability of any
other provisions and conditions of the Contract.

2.5 Sectional completion

If sectional completion is specified in the PCC, references in the


GCC to the Works, the Completion Date, and the Intended
Completion Date apply to any section of the Works (other than
references to the Completion Date and Intended Completion Date
for the whole of the Works).

3. Communications 3.1 Communications between Parties such as notice, request or


and Notices consent required or permitted to be given or made by one party to
the other pursuant to the Contract shall be in writing to the
addresses specified in the PCC.

3.2 A notice shall be effective when delivered or on the notice’s


effective date, whichever is later.

3.3 A Party may change its address for notice hereunder by giving the
other Party notice of such change to the address.

4. Included under 4.1 The Contract shall be governed by and interpreted in accordance
the Contractor with the laws of the People’s Republic of Bangladesh.
which the Project
manager certifies
to be

50
dueGoverning
Law

5. Governing 5.1 The Contract shall be written in English. All correspondences and
Language documents relating to the Contract may be written in English.
Supporting documents and printed literature that are part of the
Contract may be in another language, provided they are
accompanied by an accurate translation of the relevant passages in
English, in which case, for purposes of interpretation of the
Contract, such translation shall govern.

5.2 The Contractor shall bear all costs of translation to the governing
language and all risks of the accuracy of such translation.

6. Documents 6.1 The following documents forming the Contract shall be interpreted
Forming the in the following order of priority:
Contract and
Priority of (a) the signed Contract Agreement (Form PW3-8);
Documents (b) the Notification of Award (PW3-7);
(c) the completed Tender and the appendix to the Tender;
(d) the Particular Conditions of Contract;
(e) the General Conditions of Contract;
(f) the Technical Specifications;
(g) the General Specifications;
(h) the Drawings;
(i) the priced Bill of Quantitiesand the Schedules; and
(j) Any other document listed in the PCC forming part of the
Contract.

7. Scope of Works 7.1 The Works to be executed, completed and maintained shall be as
specified in the Bill of Quantities, the General and Particular
Specifications and Drawings.

7.2 Unless otherwise stipulated in the Contract, the Works shall include
all such items not specifically mentioned in the Contract but that
can be reasonably inferred from the Contract as being required for
completion of the Works as if such items were expressly mentioned
in the Contract.

8. Assignment 8.1 Neither the Contractor nor the Procuring Entity shall assign, in
whole or in part, its obligations under the Contract

9. Eligibility 9.1 The Contractor and its Sub contractor(s) shall have the nationality
of a country other than that specified in the PCC.

9.2 All materials, equipment, plant, and supplies used by the Contractor
in both works and services supplied under the Contract shall have
their origin in the countries except any specified in the PCC.

10. Gratuities / 10.1 No fees, gratuities, rebates, gifts, commissions or other

51
Agency fees payments, other than those shown in the tender or in the
Contract, have been given or received in connection with the
procurement process or in the Contract execution.

11. Confidential 11.1 The Contractor’s and the Procuring Entity’s personnel shall
Details disclose all such confidential and other information as may be
reasonably required in order to verify the Contractor’s compliance
with the Contract and allow its proper implementation.

11.2 Each of them shall treat the details of the Contract as private and
confidential, except to the extent necessary to carry out their
respective obligations under the Contract or to comply with
applicable Laws. Each of them shall not publish or disclose any
particulars of the Works prepared by the other Party without the
previous agreement of the other Party. However, the Contractor
shall be permitted to disclose any publicly available information,
or information otherwise required to establish his qualifications to
compete for other projects.

12. JVCA 12.1 If the Contractor is a Joint Venture, Consortium, or Association


(JVCA ),

(a) each partner of the JVCA shall be jointly and severally liable
for all liabilities and ethical or legal obligations to the
Procuring Entity for the fulfilment of the promises of the
Contract;
(b) the JVCA partners shall nominate a representative who shall
have the authority to conduct all business including the
receipt of payments for and on behalf of all partners of the
JVCA;
(c) The JVCA shall notify the Procuring Entity of its composition
and legal status which shall not be altered without the prior
approval of the Procuring Entity.
(d) Alterationof partners shall only be allowed if any of the
partners is found to be incompetent or has any serious
difficulties which may impact the overall implementation of
the works.

13. Possession of the 13.1 The Procuring Entity shall give possession of the Site or part(s) of
Site the Site, to the Contractor on the date(s) stated in the PCC. If
possession of a part of the Site is not given by the date stated in
the PCC, the Procuring Entity will be deemed to have delayed the
start of the relevant activities, and this will be a Compensation
Event as stated under GCC Sub Clause 69.1(a).

14. Access to the Site 14.1 The Contractor shall allow the Project Manager and any person
authorised by the Project Manager access to the Site and to any
place where work in connection with the Contract is being carried
out or is intended to be carried out.

52
15. Procuring Entity’s 15.1 The Procuring Entity shall pay the Contractor, in consideration of
Responsibilities the satisfactory progress of execution and completion of the
Works and Physical services, and the remedying of defects
therein, the Contract price or such other sum as may become
payable under the provisions of the Contract at the times and in
the manner prescribed by the Contract Agreement.

15.2 The Procuring Entity shall make its best effort to guide and assist
the Contractor in obtaining, if required, any permit, licence, and
approvals from local public authorities for the purpose of
execution of the Works and Physical services under the Contract.

16. Approval of the 16.1 The Contractor shall submit Specifications and Drawings
Contractor’s showing the proposed Temporary Works to the Project Manager,
Temporary Works who is to approve them, if they comply with the Specifications
and Drawings.

16.2 The Contractor shall be responsible for design of Temporary


Works.

16.3 The Project Manager’s approval shall not alter the Contractor’s
responsibility for design of the Temporary Works.

16.4 The Contractor shall obtain approval of third parties to the design
of the Temporary Works, where required.

17. Contractor’s 17.1 The Contractor shall execute and complete the Works and
Responsibilities remedy any defects therein in conformity in all respects with the
provisions of the Contract Agreement.

18. Taxes and Duties 18.1 The Contractor shall be entirely responsible for all taxes, duties,
fees, and other such levies imposed inside and outside
Bangladesh.

19. Contractor’s 19.1 The Contractor shall employ the key personnel named in the
Personnel Schedule of Key Personnel, as referred to in the PCC, to carry
out the functions stated in the Schedule or other personnel
approved by the Project Manager.

19.2 The Project Manager will approve any proposed replacement of


key personnel only if their relevant qualifications and abilities are
equal to or higher than those of the personnel named in the
Schedule.

19.3 If the Project Manager asks the Contractor to remove a particular


person who is a member of the Contractor’s staff or work force
from the Site, he or she shall state the reasons, and the
Contractor shall ensure that the person leaves the Site within

53
three (3) days and has no further connection with the work in the
Contract.

20. Subcontracting 20.1 Subcontracting the whole of the Works by the Contractor shall
not be permissible. The Contractor shall be responsible for the
acts or defaults of any Subcontractor, his or her agents or
employees, as if they were the acts or defaults of the Contractor.

20.2 The prior consent, in writing, of the Project Manager shall


however be obtained for other proposed Subcontractor(s).

20.3 Subcontractors shall comply with the provisions of GCC Clause


39.

21. Nominated 21.1 Nominated Subcontractor named in the Contract shall be


Subcontractor entitled to execute the specific components of the Works stated
in the PCC.

21.2 The Contractor shall not be under obligations to employ a


Nominated Subcontractor against whom the Contractor raises
reasonable objection by notice to the Project manager as soon
as practicable, with supporting particulars while there are
reasons to believe that the Subcontractor does not have
sufficient competence, resources or financial strength, or does
not accept to indemnify the Contractor against and from any
negligence or misuse of Goods by the nominated Subcontractor,
or does not accept to enter into a subcontract which specifies
that, for the subcontracted work including design, if any, the
Nominated Subcontractor shall undertake to the Contractor such
obligations and liabilities as will enable the contractor to
discharge his or her liabilities under the Contract.

21.3 Subcontracting shall in no event relieve the Contractor from any


of its obligations, duties, responsibilities, or liability under the
Contract and all Subcontractors shall comply with the provisions
of GCC Clause 39.

22. Other Contractors 22.1 The Contractor shall cooperate and share the Site with other
Contractors, public authorities, utilities, the Project Manager and
the Procuring Entity between the dates given in the Schedule of
other Contractors. The Contractor shall also provide facilities
and services for them as described in the Schedule. The
Procuring Entity may modify the Schedule of other Contractors,
and shall notify the Contractor of any such modification.

23. Project Manager’s 23.1 Except where otherwise specifically stated in the PCC, the
Decisions Project Manager will decide Contractual matters between the
Procuring Entity and the Contractor in its role as representative
of the Procuring Entity.

54
24. Delegation 24.1 The Project Manager may delegate any of his duties and
responsibilities to his representative except to the Adjudicator,
after notifying the Contractor, and may cancel any delegation,
without retroactivity, after notifying the Contractor.

24.2 Any communications to the Contractor in accordance with such


delegation shall have the same effect as if it was given by the
Project Manager.

25. Instructions, 25.1 The Contractor shall carry out all instructions of the Project
Manager that comply with the applicable law.

26. Queries about the 26.1 The Project Manager, on behalf of the Procuring Entity, will
Contract clarify queries on the Conditions of Contract.
conditions

27. Safety, Security 27.1 The Contractor shall throughout the execution and completion
and Protection of of the Works and the remedying of any defects therein:
the Environment
(a) take all reasonable steps to safeguard the health and
safety of all workers working on the Site and other
persons entitled to be on it, and to keep the Site in an
orderly state;
(b) provide and maintain at the Contractor’s own cost all
lights, guards, fencing, warning signs and watching for the
protection of the Works or for the safety on-site; and
(c) take all reasonable steps to protect the environment on
and off the Site and to avoid damage or nuisance to
persons or to property of the public or others resulting
from pollution, noise or other causes arising as a
consequence of the Contractors methods of operation.

28. Working Hours 28.1 The Contractor shall not perform any work on the Site on the
weekly holidays, or during the night or outside the normal
working hours, or on any religious or public holiday, without the
prior written approval of the Project Manager.

29. Welfare of 29.1 The Contractor shall comply with all the relevant labour Laws
Labourers applicable to the Contractor’s personnel relating to their
employment, health, safety, welfare, immigration and shall
allow them all their legal rights.

29.2 The Contractor, in particular, shall provide proper


accommodation to his or her labourers and arrange proper
water supply, conservancy and sanitation arrangements at the
site for all necessary hygienic requirements and for the
prevention of epidemics in accordance with relevant
regulations, rules and orders of the government.

29.3 The Contractor, further in particular, shall pay reasonable

55
wages to his or her labourers, and pay them in time. In the
event of delay in payment the Procuring Entity may effect
payments to the labourers and recover the cost from the
Contractor.

30. 30. Child Labour 30.1 The Contractor shall not employ any child to perform any work
that is economically exploitative, or is likely to be hazardous to,
or to interfere with, the child's education, or to be harmful to the
child's health or physical, mental, spiritual, moral, or social
development in compliance with the applicable labor laws and
other relevant treaties ratified by the government.

31. 31. Discoveries 31.1 Anything of historical or other interest or of significant value
unexpectedly discovered on the Site shall be the property of the
Procuring Entity. The Contractor shall notify the Project
Manager of such discoveries and carry out the Project
Manager’s instructions for dealing with them.

32. Procuring Entity’s 32.1 The Procuring Entity carries the risks that the Contract states are
and Contractor’s Procuring Entity’s risks and the Contractor carries the risks that
Risks the Contract states are Contractor’s risks.

33. Procuring Entity’s 33.1 From the Start Date until the Defects Correction Certificate has
Risks been issued, the following are Procuring Entity’s risks:

(a) the risk of personal injury, death, or loss of or damage to


property (excluding the Works, Plant, Materials, and
Equipment), which are due to

i. use or occupation of the Site by the Works or for the


purpose of the Works, which is the unavoidable
result of the Works or
ii. Negligence, breach of statutory duty, or interference
with any legal right by the Procuring Entity or by any
person employed by or Contracted to him except the
Contractor.

(b) the risk of damage to the Works, Plant, Materials, and


Equipment to the extent that it is due to a fault of the
Procuring Entity or in the Procuring Entity’s design, or due
to war or radioactive contamination directly affecting the
country where the Works are to be executed.

33.2 From the Completion Date until the Defects Correction


Certificate has been issued, the risk of loss of or damage to the
Works, Plant, and Materials is Procuring Entity’s risk, except loss
or damage due to:

(a) a Defect which existed on the Completion Date;


(b) an event occurring before the Completion Date, which

56
was not itself Procuring Entity’s risk; or
(c) The activities of the Contractor on the Site after the
Completion Date.

34. Contractor’s Risks 34.1 From the Start Date until the Defects Correction Certificate has
been issued the risks of personal injury, death, and loss of or
damage to property including without limitation, the Works, Plant,
Materials, and Equipment, which are not Procuring Entity’s risks
are Contractor’s risks.

35. Copyright 35.1 The copyright in all drawings, documents, and other materials
containing data and information furnished to the Procuring Entity
by the Contractor herein shall remain vested in the Contractor,
or, if they are furnished to the Procuring Entity directly or through
the Contractor by any third party, including Suppliers of
materials, the copyright in such materials shall remain vested in
such third party.

35.2 The Contractor shall not, except for the purposes of performing
the obligations under the Contract, without the written permission
of the Procuring Entity disclose or make use of any specification,
plan, design and drawing, pattern, sample or information
furnished by or on behalf of the Procuring Entity.

36. Limitation of 36.1 Except in cases of criminal negligence or wilful misconduct:


Liability
(a) the Contractor shall not be liable to the Procuring Entity,
whether in Contract, tort, or otherwise, for any indirect or
consequential loss or damage, loss of use, loss of
production, or loss of profits or interest costs, provided that
this exclusion shall not apply to any obligation of the
Contractor to pay liquidated damages to the Procuring
Entity; and

(b) the aggregate liability of the Contractor to the Procuring


Entity, whether under the Contract, in tort or otherwise, shall
not exceed the total Contract Price, provided that this
limitation shall not apply to the cost of repairing or replacing
defective Works, or to any obligation of the Contractor to
indemnify the Procuring Entity with respect to patent
infringement.

37. Insurance 37.1 The Contractor shall provide, in the joint names of the Procuring
Entity and the Contractor, insurance cover from the Start Date to
the end of the Defects Liability Period, in the amounts and
deductibles specified in the PCC for the following events which
are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant, and Materials;


(b) loss of or damage to Equipment;

57
(c) loss of or damage to property (except the Works, Plant,
Materials, and Equipment) in connection with the
Contract; and
(d) Personal injury or death.

37.2 The Contractor shall deliver policies and certificates of insurance


to the Project Manager, for the Project Manager’s approval,
before the Start Date. All such insurances shall provide for
compensation to be payable in the types and proportions of
currencies required to rectify the loss or damage incurred.

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

37.4 Alterations to the terms of insurance shall not be made without


the approval of the Project Manager.

37.5 Both parties shall comply with conditions of the insurance


policies.

38. Management and 38.1 Either the Project Manager or the Contractor may require the other
Progress to attend a management and progress meeting. The business of
Meetings such meeting shall be to review the progress and plans for
remaining work and to deal with matters raised in accordance with
the early warning procedure.

38.2 The Project Manager shall record the business of the meetings
and provide copies of the record to those attending the meeting
and to the Procuring Entity. The responsibility of the parties for
actions to be taken shall be decided by the Project Manager either
at the management and progress meeting or after the meeting,
and stated in writing to all concerned.

39. Corrupt, 39.1 The Government and the Bank requires that Procuring Entity, as
Fraudulent, well as the Contractor shall observe the highest standard of ethics
Collusive, during the implementation of procurement proceedings and the
Coercive, or execution of the Contract under public fund.
Obstructive

58
Practices 39.2 For the purposes of GCC Sub Clause 39.3, the terms set forth
below as follows:

(a) “corrupt practice” means offering, giving or promising to give,


receiving, or soliciting either directly or indirectly, to any officer
or employee of a Procuring Entity or other public or private
authority or individual, a gratuity in any form; employment or
any other thing or service of value as an inducement with
respect to an act or decision or method followed by a
Procuring Entity in connection with a Procurement proceeding
or Contract execution;
(b) “fraudulent practice” means the misrepresentation or omission
of facts in order to influence a decision to be taken in a
Procurement proceeding or Contract execution;
(c) “collusive practice” means a scheme or arrangement
between two (2) or more Persons, with or without the
knowledge of the Procuring Entity, that is designed to
arbitrarily reduce the number of Tenders submitted or fix
Tender prices at artificial, non-competitive levels, thereby
denying a Procuring Entity the benefits of competitive price
arising from genuine and open competition; or
(d) “Coercive practice” means harming or threatening to harm,
directly or indirectly, Persons or their property to influence a
decision to be taken in the Procurement proceeding or the
execution of the Contract, and this will include creating
obstructions in the normal submission process used for
Tenders.
(e) “obstructive practice” means deliberately destroying,
falsifying, altering or concealing of evidence material to the
investigation or making false statements to investigators in
order to materially impede an investigation into allegations
of a corrupt, fraudulent, coercive or collusive practice;
and/or threatening, harassing or intimidating any party to
prevent it from disclosing its knowledge of matters relevant
to the investigation or from pursuing the investigation; and
also means acts intended to materially impede the exercise
of the inspection and audit rights provided for under GCC
Sub-Clause 39.6.

39.3 Should any corrupt, fraudulent, collusive, coercive or obstructive


practice of any kind, in competing for or in executing the Contract,
is determined by the Procuring Entity, then the Procuring Entity
may, upon giving 28 days’ notice to the Contractor, terminate the
Contractor’s employment under the Contract and expel the
contractor from the site, and the provisions of Clause 89 shall
apply as if such expulsion had been made under sub-clause 89.1
(Termination for Default).

59
39.4 Should any employee of the Contractor be determined to have
engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practice during the execution of the Works, then that employee
shall be removed in accordance with Clause 19.3.

39.5 The Contractor shall be aware of the provisions on corruption,


fraudulence, collusion, coercion and obstruction of the
Procurement Guidelines of The Bank, Public Procurement Act
2006 and Public Procurement Rules 2008.

39.6 The Contractor(including its suppliers, sub-contractors, agents,


personnel, consultants, and service providers) shall permit the
Government and/or the Bank to inspect the Contractor’s accounts
and records and other documents relating to the submission of
tender and contract performance, and to have them audited by
auditors appointed by the Government and/or the Bank, if so
required.The Contractor’s attention is drawn to GCC Sub-Clause
39.3 which provides, inter alia, that acts intended to materially
impede the exercise of the Bank’s inspection and audit rights
provided for under thissub-clause constitute a prohibited practice
subject to contract termination (as well as to a determination of
ineligibility under the Procurement Guidelines of the Bank).

B. Time Control
40. Commencement 40.1 Except otherwise specified in the PCC , the Commencement Date
of Works shall be the date at which the following precedent conditions have
all been fulfilled and the Project Manager’s instruction recording
the agreement of both Parties on such fulfilment and instructing to
commence the Works is received by the Contractor:

(a) signing of the Contract Agreement by both parties upon


approval of the by relevant authorities;
(b) possession of the Site given to the Contractor as required
for the commencement of the Works; and
(c) Receipt by the Contractor of the Advance Payment under
GCC Clause 75 provided that the corresponding Bank
Guarantee has been delivered by the Contractor, if any.

If the Project Manager’s instruction is not received by the


Contractor within one hundred eighty (180) days from the date of
signing of the Contract Agreement, the Contractor shall be entitled
to terminate the Contract under GCC Sub Clause 90.1.

40.2 The Contractor shall commence the execution of the Works as


soon as is reasonably practicable by the Start Date as specified
in the GCC Sub Clause 1.1(nn) after the Commencement Date,
and shall then proceed with the Works with due expedition and
without delay.

60
41. Completion of 41.1 The Contractor shall carry out the Works in accordance with the
works Programme of Works submitted by the Contractor and as updated
with the approval of the Project Manager as stated under GCC
Clause 42 to complete them in all respects by the Intended
Completion Date.

42. Programme of 42.1 Within the time stated in the PCC, the Contractor shall submit to
works the Project Manager for approval a Programme of Works showing
the general methods, arrangements, order, and timing for all the
activities in the Works. The programme may be in the form of an
Implementation Schedule prepared in any software or other form
acceptable to the Project Manager.

42.2 The Contractor shall submit to the Project Manager for approval of
an updated Programme at intervals no longer than the period
stated in the PCC. An update of the Programme shall be a
Programme showing the actual progress achieved on each
activity and the effect of the progress achieved on the timing of
the remaining work, including any changes to the sequence of the
activities.

42.3 If the Contractor does not submit an updated Programme of


Works at the intervals as stated under GCC Sub Clause 42.2, the
Project Manager may withhold an amount as stated in the PCC
from the next payment certificate and continue to withhold this
amount until the next due payment after the date on which the
overdue Programme of Works has been submitted.

42.4 The Project Manager’s approval of the Programme of Works shall


not alter the Contractor’s obligations. The Contractor may revise
the Programme and submit it to the Project Manager again at any
time for approval. A revised Programme shall show the effect of
Variations and Compensation Events.

43. Pro Rata Progress 43.1 The Contractor shall maintain Pro Rata progress of the Works.
Progress to be achieved shall be pursuant to GCC Clause 42 and
shall be determined in terms of the value of the works done.

44. Early Warning 44.1 If at any time during performance of the Contract, the Contractor
or its Subcontractors should encounter events, circumstances,
conditions that may adversely affect the quality of the work,
increase the Initial Contract Price or delay the execution of the
Works, the Contractor shall promptly notify the Project Manager in
writing of the delay, it’s likely duration, and its cause. As soon as
practicable after receipt of the Contractor’s notice, the Project
Manager shall evaluate the situation, and the Contractor shall
cooperate with the Project Manager in making and considering
proposals for how the effect of such an event or circumstance can
be avoided or reduced.

61
44.2 The Project Manager may require the Contractor to provide an
estimate of the expected effect of the future event or circumstance
on the Initial Contract price and Completion Date. The Contractor
shall provide the estimate and the Project Manager shall further
proceed as soon as reasonably possible.

45. 45. Extension of 45.1 The Contractor shall be entitled to an extension of the Intended
Intended Completion Date, if and to the extent that completion of the Works
Completion Date or any part thereof is or will be delayed by Compensation Events
or a Variation or Extra Work Order.

45.2 The Project Manager shall decide whether and by how much to
extend the Intended Completion Date within twenty-one (21) days
of the Contractor asking the Project Manager for a decision upon
the effect of a Compensation Event or Variation and submitting
full supporting information. If the Contractor has failed to give
early warning of a delay or has failed to cooperate in dealing with
a delay, the delay by this failure shall not be considered in
assessing the extension of Intended Completion Date.

45.3 Except in case of Force Majeure, as provided under GCC Clause


85, a delay by the Contractor in the performance of its Completion
obligations shall render the Contractor liable to the imposition of
Liquidated Damages pursuant to GCC Clause 73, unless an
extension of Intended Completion Date is agreed upon, pursuant
to GCC Clause 45.

45.4 If the Contractor fails to complete the Works by the Intended


Completion Date, as extended by the Project Manager as the
case may be, the Contractor shall be liable to pay liquidated
damages to the Employer.

46. Delays Caused by 46.1 If the following conditions apply, namely:


Authorities
(a) the Contractor has diligently followed the procedures laid
down by the relevant legally constituted public authorities,
(b) these public authorities delay or disrupt the Contractor’s
work, and
(c) the delay or disruption was unforeseeable;

then this delay or disruption will be considered as a cause of


delay under GCC Sub Clause 45.1.

46.2 The Project Manager shall notify the Contractor accordingly


keeping the Procuring Entity posted.

47. Acceleration 47.1 When the Procuring Entity wants the Contractor to finish the
Works before the Intended Completion Date, the Project Manager
will obtain priced proposals for achieving the necessary

62
acceleration from the Contractor. If the Procuring Entity accepts
these proposals, the Intended Completion Date will be advanced
accordingly and confirmed by both the Procuring Entity and the
Contractor.
47.2 If the Procuring Entity accepts the Contractor’s priced proposals
for acceleration, they will be incorporated in the Contract Price
and treated as a Variation under GCC Clause 62.

48. Delays Ordered by 48.1 The Project Manager may instruct the Contractor to delay the start
the Project or progress of any activity within the Works.
Manager
49. Suspension of 49.1 The Project Manager may at any time instruct the Contractor to
Work suspend progress of part or all of the Works. During such
suspension, the Contractor shall protect, store and secure such
part or the Works against any deterioration, loss or damage.

50. Consequences of 50.1 If the Contractor suffers delay and/or incurs Cost from complying
Suspension with the Project Manager’s instructions under GCC Clause 49
and/or from resuming the work, the Contractor shall give notice to
the Project Manager and shall be entitled subject to GCC Clause
93 to:

(a) an extension of time for any such delay, if Completion is or


will be delayed and
(b) Payment of any such cost, which shall be included in the
Contract Price.

50.2 After receiving this notice, the Project Manager shall proceed to
agree or determine these matters.

50.3 The Contractor shall not be entitled to any extension of time for, or
to any payment of the cost incurred in, making good the
consequences of the Contractor’s faulty design, workmanship or
materials, or of the Contractor’s failure to protect, store or secure
in accordance with GCC Clause 49.

C.Quality Control
51. Execution of 51.1 The Contractor shall construct, install and carry out the Works and
Works Physical services in accordance with the Specifications and
Drawings as scheduled in GCC Clause6.

52. Examination of 52.1 All works under the Contract shall at all times be open to
Works before examination, inspection, measurements, testing and supervision
covering up of the Project Manager, and the Contractor shall ensure presence
of its representatives at such actions provided proper advance
notice is given by the Project Manager.

52.2 No part of the Works shall be covered up or put out of sight


without the approval of the Project Manager. The Contractor shall
give notice in writing to the Project Manager whenever any such

63
part of the Works is ready for examination and the Project
Manager shall attend to such examination without unreasonable
delay.

53. Identifying 53.1 The Project Manager shall check the works executed by the
Defects Contractor and notify the Contractor of any Defects found. Such
checking shall not relieve the Contractor from his or her
obligations. The Project Manager may also instruct the
Contractor to search for a Defect and to uncover and test any
work that the Project Manager considers may have a Defect.

54. Testing 54.1 If the Project Manager instructs the Contractor to carry out a test
not specified in the Specification to check whether any work has a
Defect and the test shows that it does, the Contractor shall pay for
the test and any samples. If there is no Defect, the test shall be a
Compensation Event.

55. Rejection of 55.1 If, as a result of an examination, inspection, measurement or


Works testing, of Works it is found to be defective or otherwise not in
accordance with the Contract, the Project Manager may reject
the Works by giving notice to the Contractor, with reasons. The
Contractor shall then promptly make good the defect and ensure
that the rejected Works subsequently complies with the Contract.

56. Remedial Work 56.1 Notwithstanding any test or certification, the Project Manager
may instruct the Contractor to:

(a) remove from the Site and replace any Plant or Materials
which is not in accordance with the Contract,
(b) remove and re-execute any other work which is not in
accordance with the Contract, and
(c) Execute any work which is urgently required for the safety of
the Works, whether because of an accident, unforeseeable
event or otherwise.

56.2 The Contractor shall comply with the instruction issued under
GCC Sub Clause 56.1 within a reasonable time, which shall be
specified in the instruction, or immediately if urgency is specified
under GCC Sub Clause 56.1(c).

56.3 If the Contractor fails to comply with the instruction issued under
GCC Sub Clause 56.2, the Procuring Entity shall be entitled to
employ and pay other persons to carry out the work. Except to the
extent that the Contractor would have been entitled to payment for
the work, the Contractor shall be liable to pay all such costs
arising from this failure.

57. Correction of 57.1 The Project Manager shall give notice to the Contractor, with a
Defects copy to the Procuring Entity and others concerned, of any Defects
before the end of the Defects Liability Period, which begins at

64
Completion Date, and is defined in the PCC. The Defects Liability
Period shall be extended for as long as Defects remain to be
corrected.
57.2 Every time notice of a Defect is given, the Contractor shall correct
the notified Defect within the length of time specified by the
Project Manager’s notice.
58. Uncorrected 58.1 If the Contractor has not corrected a Defect within the time
Defects specified in the Project Manager’s notice, the Project Manager
shall assess the cost of having the Defect corrected by it, and the
Contractor shall remain liable to pay the expenditures incurred on
account of correction of such Defect.

D.Cost Control
59. Contract Price 59.1 The Contract Price shall be as specified in the Contract
Agreement subject to any additions and adjustments thereto, or
deductions there from, as may be made pursuant to Contract

60. Bill of Quantities 60.1 The Bill of Quantities shall contain priced items for the
construction, installation, testing, and commissioning work to be
done by the Contractor.

60.2 The Bill of Quantities is used to calculate the Contract Price.


The Contractor is paid for the quantity of the work done at the
rate in the Bill of Quantities for each item.

61. Changes in the 61.1 If the final quantity of the work done for any particular item
Quantities and differs from the quantity in the Bill of Quantities by more than
Unit Rate or Price twenty-five percent (25%), provided the change in case exceeds
one percent (1%) of the Initial Contract Price, the Project
Manager shall adjust the rate to allow for the change.

61.2 If requested by the Project Manager, the Contractor shall


provide the Project Manager with a detailed cost breakdown of
any rate in the Bill of Quantities.

62. Variations 62.1 All Variations and Extra Work Orders under the Contract shall
be included in the updated Programme of Works produced by
the Contractor.

63. Costing of 63.1 The Contractor shall provide the Project Manager with a
Variations or Extra quotation for carrying out the Variation when requested to do so
Orders by the Project Manager. The Project Manager shall assess the
quotation, which shall be given within seven (7) days of the
request or within any longer period stated by the Project
Manager and before the Variation is ordered.

63.2 If the work in the Variation corresponds with an item description


in the Bill of Quantities and if, in the opinion of the Project
Manager, the quantity of work not above the limit stated in GCC
Sub-Clause 61.1 or the timing of its execution do not cause the

65
cost per unit of quantity to change, the rate in the Bill of
Quantities shall be used to calculate the value of the Variation.
If the cost per unit of quantity changes, or if the nature or timing
of the work in the Variation does not correspond with items in
the Bill of Quantities, the quotation by the Contractor shall be in
the form of new rates for the relevant items of work.

63.3 If the Contractor’s quotation is found to be unreasonable, the


Project Manager may order the Variation and make a change to
the Contract price, which shall be based on the Project
Manager’s own forecast of the effects of the Variation on the
Contractor’s costs.

63.4 If the Project Manager decides that the urgency of varying the
work would prevent a quotation being given and considered
without delaying the work, no quotation shall be given and the
Variation shall be treated as a Compensation Event under GCC
Sub Clause 69.
63.5 The Contractor shall not be entitled to additional payment for
costs that could have been avoided by giving early warning
under GCC Sub Clause 44.1.

64. Cash Flow 64.1 When the Programme of Works is updated under GCC Sub
Forecasts Clause 42.2, the Contractor shall provide the Project Manager
with an updated cash flow forecast.

65. Payment 65.1 The basis for payment certificates shall be Bill of Quantities
Certificates used to determine the Contract price.

65.2 The Contractor shall submit to the Project Manager monthly


statements of the estimated value of the works executed less
the cumulative amount certified previously.

65.3 The Project Manager shall check the Contractor’s monthly


statement and certify the amount to be paid to the Contractor.

65.4 The value of work executed shall be determined by the Project


Manager.

65.5 The value of work executed shall include the valuation of


Variations or Extra Work Orders, Certified Day works and
Compensation Events.

65.6 The Project Manager may exclude any item certified in a


previous certificate or reduce the proportion of any item
previously certified in any certificate in the light of later
information.

66. Payments to the 66.1 Payments shall be adjusted for deductions for advance
Contractor payments and retention. The Procuring Entity shall pay the

66
Contractor the amounts certified by the Project Manager within
twenty eight (28) days of the date of each certificate after due
adjustments for deductions for advance payments, retention and
any other additions or deductions which may have become due
under the Contract or otherwise, including those under GCC
Clause 93.

66.2 Items of works quantified in the Bill of Quantities for which no


rates or prices have been quoted shall be deemed covered by
the amounts at rates and prices of other items in the Contract.

66.3 Payments due to the Contractor in each certificate shall be


made into the Bank Account in any scheduled Bank of
Bangladesh of the title of the Contract specified in the PCC,
nominated by the Contractor in the currency specified in the
Contract.

67. Delayed Payment 67.1 If the Procuring Entity makes a late payment, the Contractor
shall be paid interest on the late payment in the next payment.
Interest shall be calculated from the date by which the payment
should have been made up to the date when the late payment is
made at the prevailing rate of interest for commercial borrowing
for each of the currencies in which payments are made.

67.2 If an amount certified is increased in a subsequent certificate as


a result of an award by the Adjudicator or an Arbitrator, the
Contractor shall be paid interest upon the delayed payment as
set out in this clause. Interest shall be calculated from the date
upon which the increased amount would have been certified in
the absence of dispute.

68. Payments to 68.1 The Contractor shall pay to the Nominated Subcontractor(s) the
Nominated amounts shown on the Nominated Subcontractor’s invoices
Subcontractor(s) approved by the Contractor which the Project Manager certifies
to be due in accordance with the subcontract included under the
Contract.

69. Compensation 69.1 The following shall be Compensation Events:


Events
(a) The Procuring Entity does not give access to or possession
of the Site or part of the Site by the Site Possession Date
stated in the GCC Sub Clause 13.1;
(b) The Procuring Entity modifies the Schedule of other
Contractors in a way that affects the works of the
Contractor under the Contract;
(c) The Project Manager orders a delay or does not issue
Drawings, Specifications, or instructions required for
execution of the Works on time;
(d) The Project Manager instructs the Contractor to uncover or
to carry out additional tests upon work, which is then

67
found to have no Defects;
(e) The Project Manager unreasonably does not approve a
subcontract to be let, if applicable;
(f) Ground conditions are substantially more adverse than
could reasonably have been assumed before issuance of
the Notification of Award from the information issued to
Tenderers (including the Site Investigation Reports), from
information available publicly and from a visual inspection
of the Site;
(g) The Project Manager gives an instruction for dealing with
an unforeseen condition, caused by the Procuring Entity, or
additional work required for safety or other reasons;
(h) Other Contractors, public authorities, utilities, or the
Procuring Entity do not work within the dates and other
constraints stated in the Contract, and they cause delay or
extra cost to the Contractor;
(i) The advance payment is delayed;
(j) The effects on the Contractor of any of the Procuring
Entity’s Risks;
(k) The Project Manager unreasonably delays issuing a
Completion Certificate;
(l) A situation of Force Majeure has occurred, as defined in
GCC Clause 85; and
(m) Other Compensation Events described in the Contract or
determined by the Project Manager in the PCC shall apply.

69.2 If a Compensation Event would cause additional cost or would


prevent the work being completed before the Intended
Completion Date, the Contract price shall be increased and/or
the Intended Completion Date shall be extended. The Project
Manager shall decide whether and by how much the Contract
price shall be increased and whether and by how much the
Intended Completion Date shall be extended, only on justifiably
acceptable grounds duly recorded.

69.3 As soon as the Contractor has provided information


demonstrating the effect of each Compensation Event upon the
Contractor’s forecast cost, the Project Manager shall assess it,
and the Contract price shall be adjusted accordingly. If the
Contractor’s forecast is deemed unreasonable, the Project
Manager shall adjust the Contract price based on the Project
Manager’s own forecast. The Project Manager will assume that
the Contractor will react competently and promptly to the event.

69.4 The Contractor shall not be entitled to compensation to the


extent that the Procuring Entity’s interests are adversely
affected by the Contractor not having given early warning or not
having cooperated with the Project Manager.

68
70. Adjustments for 70.1 Unless otherwise specified in the Contract, if between the date
Changes in twenty-eight (28) days before the submission of Tenders for the
Legislation Contract and the date of the last Completion Certificate, any
law, regulation, ordinance, order or bylaw having the force of
law is enacted, promulgated, abrogated, or changed in
Bangladesh (which shall be deemed to include any change in
interpretation or application by the approving authorities) that
subsequently affects the Completion Date and/or the Contract
price, then such Completion Date and/or Contract price shall be
correspondingly increased or decreased, to the extent that the
Contractor has thereby been affected in the performance of any
of its obligations under the Contract.

70.2 The Project Manager shall adjust the Contract Price on the
basis of the change in the amount of taxes, duties, and other
levies payable by the Contractor, provided such changes have
not already been accounted for in the price adjustment as
defined in GCC Clause 69 and/or reflected in the Contract price.

71. Price Adjustment 71.1 Prices shall be adjusted for fluctuations in the cost of inputs only
if provided for in the PCC. If so provided, the amounts as
certified in each payment certificate, before deducting for
Advance Payment, shall be adjusted by applying the respective
price adjustment factor to the payment amount. The formula
indicated below applies:

P= A + B (Im/Io)

where:

P is the adjustment factor

A and B are Coefficients specified in the PCC,


representing the nonadjustable and adjustable portions,
respectively, of the Contract; and

Im is the Index during the month the work has been


executed and Io is the Index prevailing twenty eight (28)
days prior to the deadline for submission of Tender.

The Indexes to be used is as published by the Bangladesh


Bureau of Statistics (BBS) on a monthly basis. In case not
available, then other countries or authorities of the sources
mentioned in Appendixto the Tender may be used.

If the value of the Index is changed after it has been used in a


calculation, the calculation shall be corrected and an adjustment
made in the next payment certificate. The Index value shall be
deemed to take account of all changes in price due to
fluctuations.

69
72. Retention Money 72.1 The Procuring Entity may retain from each progressive
payment due to the Contractor at the percentage specified in
the PCC until completion of the whole of the Works under the
Contract.

72.2 On completion of the whole of the Works, the first half the total
amount retained under GCC Sub Clause 72.1 shall be repaid to
the Contractor and the remaining second half after the Defects
Liability Period has passed and the Project Manager has
certified in the form of Defects Corrections Certificate.

72.3 On completion of the whole of the Works, the Contractor may


substitute an unconditional Bank Guarantee in the format as
specified (Form PW3-11) acceptable to the Procuring Entity for
the second half of the retention money as stated under GCC
Sub Clause 72.2.

73. Liquidated 73.1 The Contractor shall pay liquidated damages16 to the Procuring
Damages Entity at the rate per day stated in the PCC for each day that the
Completion Date is later than the Intended Completion Date.
The total amount of liquidated damages shall not exceed the
amount defined in the PCC. The Procuring Entity may deduct
liquidated damages from payments due to the Contractor.
Payment of liquidated damages shall not affect the Contractor’s
liabilities.

73.2 If the Intended Completion Date is extended after liquidated


damages have been paid, the Project Manager shall correct any
overpayment of liquidated damages by the Contractor by
adjusting the next payment certificate. The Contractor shall be
paid interest on the overpayment, calculated from the date of
payment to the date of repayment, at the rates specified in Sub-
Clause 43.1.

74. Bonus 74.1 The Contractor shall be paid a Bonus calculated at the rate per
calendar day if statedin the PCC for each day (less any days
for which the Contractor is paid for acceleration) that the
Completion of the whole of the Works is earlier than the
Intended Completion Date. The Project Manager shall require
certifying that the Works are complete, although they may not
have fallen due to being complete as per approved updated
Programme of Works.

75. Advance Payment 75.1 If so specified in the PCC,the Procuring Entity shall make
advance payment to the Contractor of the amounts and by the
dates stated in the PCC against provision by the Contractor of
an Unconditional Bank Guarantee in a form and by a bank
acceptable to the Procuring Entity in an amount equal to the
16
Usually liquidated damages are set between 0.05 percent and 0.10 percent per day, and the total amount
is not to exceed between 5 percent and 10 percent of the Contract Price.

70
advance payment. The Guarantee shall remain effective until
the advance payment has been repaid, but the amount of the
Guarantee shall be progressively reduced by the amounts
repaid by the Contractor. Interest will not be charged on the
advance payment.

75.2 The Contractor shall use the advance payment only to pay for
Equipment, Plant, Materials, and mobilization expenses
required specifically for execution of the Contract. The
Contractor shall demonstrate that advance payment has been
used for such specific purposes by supplying copies of invoices
or other documents to the Project Manager.

75.3 The advance payment shall be repaid by deducting at


proportionate rate from payments otherwise due to the
Contractor, following the schedule of completed percentages of
the Works on a payment basis. No account shall be taken of
the advance payment or its repayment in assessing valuations
of work done, Variations, price adjustments, Compensation
Events, Bonuses, or Liquidated Damages.

76. Performance 76.1 The Procuring Entity shall notify the Contractor of any claim
Security made against the Bank issuing the Performance Security.

76.2 The Procuring Entity may claim against the security if any of the
following events occurs for fourteen (14) days or more.

(a) The Contractor is in breach of the Contract and the


Procuring Entity has duly notified him or her ; and
(b) The Contractor has not paid an amount due to the
Procuring Entity and the Procuring Entity has duly
notified him or her.

76.3 In the event the Contractor is liable to pay compensation under


the Contract amounting to the full value of the Performance
Security or more, the Procuring Entity may call the full amount
of the Performance Security.

76.4 The Performance Security furnished at the time of signing of the


Contract Agreement shall be substituted, after the issuance of
certificate of Completion of works by the Project Manager, by a
new Security covering fifty (50) percent amount of the
Performance Security to cover the Defects Liability Period.

76.5 If there is no reason to call the Performance Security, the


Performance Security shall be discharged by the Employer and
returned to the Contractor not later than twenty-eight (28) days
after the Defects Liability Period has passed and the Project
Manager has certified in the form of Defects Corrections
Certificate.

71
77. Provisional Sums 77.1 Provisional Sums shall only be used,in whole or in part, in
accordance with the Project Manager’s instructions and the
Contract price shall be adjusted accordingly. The total sum paid
to the Contractor shall include only such amounts, for the work,
supplies or services to which the Provisional Sum relates, as the
Project Manager shall have instructed.

77.2 Plants, Materials or Services to be purchased by the Contractor


under the provisions of GCC Sub Clause 77.1 from Nominated
Subcontractor(s) or for meeting the other expenditures under
the Contract, and for which there shall be included in the
Contract price, the actual amounts paid or due to be paid by the
Contractor, and a sum for VAT, profit and overhead charges, as
applicable, calculated as a percentage of these actual amounts
by applying the relevant percentage rate stated in the PCC.

77.3 The Contractor shall, when required by the Project Manager,


produce quotations, invoices, vouchers and accounts or receipts
in substantiation of purchases under GCC Sub Clause 77.2.

78. Day works 78.1 If applicable, the Day works rates in the Contractor’s Tender
shall be used for small additional amounts of work only when
the Project Manager has given written instructions in advance
for additional work to be paid for in that way.

78.2 All works to be paid for as Day works shall be recorded by the
Contractor on forms approved by the Project Manager. Each
completed form shall be certified and signed by the Project
Manager within seven (7) days of the works being done.

78.3 The Contractor shall be paid for Day works subject to obtaining
signed Day works forms.

79. Cost of Repairs to 79.1 Loss or damage to the Works or Materials to be incorporated in
Loss or Damages the Works between the Start Date and the end of the Defects
Liability Period shall be remedied by the Contractor at the
Contractor’s own cost, if the loss or damage arises from the
Contractor’s acts or omissions.

E.Completion of the Contract


80. Completion 80.1 The Contractor shall apply by notice to the Project Manager for
issuing a Completion Certificate of the Works, and the Project
Manager shall do so upon deciding that the work is completed.

81. Taking Over 81.1 The Procuring Entity shall take over the Site and the Works
within seven (7) days of the Project Manager’s issuing a
certificate of Completion.

82. Amendment to 82.1 The amendment to Contract shall generally include extension of
Contract time to the Intended Completion Date, increase or decrease in

72
initial Contract price and any other changes acceptable under
the conditions of the Contract.

82.2 The Procuring Entity, in accordance with the Delegation of


Financial Power or sub-delegation thereof, shall amend the
Contract incorporating the changes introduced to the original
terms and conditions of the Contract in line with the Rules.

83. Final Account 83.1 The Contractor shall submit with a detailed account of the total
amount that the Contractor considers payable under the
Contract to the Project Manager before the end of the Defects
Liability Period.

83.2 The Project Manager shall certify the Final Payment within fifty
six (56) days of receiving the Contractor’s account if the payable
amount claimed by the Contractor is correct and the
corresponding works are completed.

83.3 If it is not, the Project Manager shall issue within fifty six (56)
days a Defects Liability Schedule that states the scope of the
corrections or additions that are necessary.

83.4 If the Final Account of Works submitted under GCC Sub


Clause 83.1 is unsatisfactory even after it has been resubmitted,
the Project Manager shall decide on the amount payable to the
Contractor and issue a payment certificate.

84. As-built drawings 84.1 If “As Built” Drawings and/or operating and maintenance
and manuals manuals are required, the Contractor shall supply them by the
dates stated in the PCC.

84.2 If the Contractor does not supply the Drawings and/or Manuals
by the dates specified in GCC Sub Clause 84.1, or they do not
receive the Project Manager’s approval, the Project Manager
shall withhold a nominal amount specified in the PCC from
payments due to the Contractor.

85. Force Majeure 85.1 Force Majeure may include, but is not limited to, exceptional
events or circumstances of the kind stated below;

(a) war, hostilities (whether war be declared or not), invasion,


act of foreign enemies ;
(b) rebellion, terrorism, sabotage by persons other than the
Contractor’s personnel, revolution, insurrection, military or
usurped power, or civil war ;
(c) riot, commotion, disorder, strike or lockout by persons
other than the Contractor’s personnel ;
(d) munitions of war, explosive materials, ionising radiation or
contamination by radio-activity, except as may be
attributable to the Contractor’s use of such munitions,

73
explosives, radiation or radio-activity ;and
(e) Natural catastrophes such as fires, floods, epidemics,
quarantine restrictions, freight embargoes, cyclone,
hurricane, typhoon, tsunami, storm surge, earthquake, hill
slides, landslides, and volcanic activities.

86. Notice of Force 86.1 If a party is or will be prevented from performing its substantial
Majeure obligations under the Contract by Force Majeure, then it shall give
notice, within fourteen (14) days after the party became aware, to
the other party of the event or circumstances constituting the
Force Majeure and shall specify the obligations, the performance
of which is or will be prevented.

86.2 Notwithstanding any other provision of this Clause, Force Majeure


shall not apply to obligations of either party to make payments to
the other party under the Contract.

87. Consequences of 87.1 If the Contractor is prevented from performing its substantial
Force Majeure obligations under the Contract by Force Majeure of which notice
has been given under GCC Sub Clause 86, and suffers delay
and/or incurs cost by reason of such Force Majeure, the
Contractor shall be entitled subject to GCC Sub Clause 93to:

(a) an extension of time for any such delay, if completion is


or will be delayed, under GCC Clause 45, and
(b) if the event or circumstance is of the kind described sub-
paragraphs (a) to (e) of GCC Sub Clause 85.1 occurs in
the Country, payment of any such cost, including the
costs of rectifying or replacing the Works and Physical
services damaged or destructed by Force Majeure, to
the extent they are not indemnified through the
insurance policy referred to in GCC Clause 37.

87.2 After receiving notice under GCC Sub Clause 86.1, the Project
Manager shall proceed to determine these matters under the
provisions of the Contract.

88. Release from 88.1 Notwithstanding any other provision of this Clause, if any event or
Performance circumstance outside the control of the parties (including, but not
limited to, Force Majeure) arises which makes it impossible or
unlawful for either or both parties to fulfil its or their contractual
obligations or which, under the law governing the Contract,
entitles the parties to be released from further performance of the
Contract, then upon notice by either party to the other party of
such event or circumstance:

(a) the parties shall be discharged from further performance,


without prejudice to the rights of either party in respect of
any previous breach of the Contract, and
(b) The sum payable by the Procuring Entity to the Contractor

74
shall be the same as would have been payable under GCC
Sub Clause 90.3 if the Contract had been terminated under
GCC Sub Clause 89.3.

F.Termination and Settlement of Disputes


89. Termination 89.1 Termination for Default

(a) The Procuring Entity or the Contractor, without prejudice to


any other remedy for breach of Contract, by giving twenty
eight (28) days written notice of default to the other party,
may terminate the Contract in whole or in part if the other
party causes a fundamental breach of Contract.

(b) Fundamental breaches of the Contract shall include, but


shall not be limited to, the following:

(i) the Contractor stops work for twenty-eight (28) days


when no stoppage of work is shown on the current
Programme and the stoppage has not been
authorized by the Project Manager;
(ii) the Project Manager instructs the Contractor to delay
the progress of the Works, and the instruction is not
withdrawn within eighty four ( 84) days;
(iii) the Project Manager gives Notice that failure to
correct a particular Defect is a fundamental breach of
Contract and the Contractor fails to correct it within a
reasonable period of time determined by the Project
Manager;
(iv) the Contractor does not maintain a Security, which is
required;
(v) the Contractor has delayed the completion of the
Works by the number of days for which the maximum
amount of Liquidated Damages can be paid, as
specified in GCC Sub Clause 73;
(vi) the Contractor has subcontracted the whole of the
Works or has assigned the Contract without the
required agreement and without the approval of the
Project Manager;
(vii) The Contractor, in the judgment of the Procuring
Entity has engaged in corrupt or fraudulent practices,
as defined in GCC Sub Clause 39, in competing for
or in executing the Contract.
(viii) A payment certified by the Project Manager is not
paid by the Procuring Entity to the Contractor within
eighty-four (84) days of the date of the Project
Manager’s certificate.
89.2 Termination for Insolvency

The Procuring Entity and the Contractor may at any time


terminate the Contract by giving twenty eight (28) days written
notice to the other party if either of the party becomes bankrupt or

75
otherwise insolvent. In such event, termination will be without
compensation to any party, provided that such termination will not
prejudice or affect any right of action or remedy that has accrued
or will accrue thereafter to the other party.
89.3 Termination for Convenience

(a) The Procuring Entity, by giving twenty eight (28) days written
notice sent to the Contractor, may terminate the Contract, in
whole or in part, at any time for its convenience. The notice
of termination shall specify that termination is for the
Procuring Entity’s convenience, the extent to which
performance of the Contractor under the Contract is
terminated, and the date upon which such termination
becomes effective. (b) The Procuring Entity shall not
terminate the contract under GCC Sub Clause 89.3 (a) in
order to execute the Works itself or to arrange for the Works
to be executed by another contractor or to avoid a
termination of the Contract by the Contractor as stated
under GCC Sub Clause 89.1(a).

89.4 In the event the Procuring Entity terminates the Contract in whole
or in part, the Procuring Entity shall accept the portion of the
Works that are complete and ready for handing over after the
Contractor’s receipt of notice of termination of the Contract. For
the remaining portion of the Works, the Procuring Entity may
elect:

(a) to have any portion completed by the Contractor at the


Contract terms and prices; and /or
(b) to cancel the remainder and pay to the Contractor an
agreed amount for partially completed Works and for
materials and parts previously procured by the Contractor,
or
(c) except in the case of termination for convenience as
stated under GCC Sub Clause 89.3., engage another
Contractor to complete the Works, and in that case the
Contractor shall be liable to the Procuring Entity for any
cost that may be incurred in excess of the sum that would
have been paid to the Contractor, if the work would have
been executed and completed by him or her.

89.5 If the Contract is terminated, the Contractor shall stop work


immediately, make the Site safe and secure, and leave the Site as
soon as is reasonably possible

90. Payment upon 90.1 If the Contract is terminated because of a fundamental breach of
Termination Contract under GCC Sub Clause 89.1 by the Contractor, the
Project Manager shall issue a certificate for the value of the
Works done and Plant and Materials ordered less advance
payments received up to the date of the issue of the certificate

76
and less the amount from percentage to apply to the contract
value of the works not completed, as indicated in the PCC. If the
total amount due to the Procuring Entity exceeds any payment
due to the Contractor, the difference shall be a debt payable to
the Procuring Entity.

90.2 If the Contract is terminated for the Procuring Entity’s


convenience or because of a fundamental breach of Contract by
the Procuring Entity, the Project Manager shall issue a payment
certificate for the value of the work done, Materials ordered, the
reasonable cost of removal of Equipment, repatriation of the
Contractor’s foreign personnel employed solely on the Works and
recruited specifically for the Works, and the Contractor’s costs of
protecting and securing the Works, and less advance payments
received up to the date of the certificate.

90.3 If the Contract is terminated for reasons of Force Majeure, the


Project Manager shall determine the value of the work done and
issue a Payment Certificate which shall include:

(a) the amounts payable for any work carried out for which unit
rates or prices are stated in the Contract;
(b) the cost of Plant and Materials ordered for the Works which
have been delivered to the Contractor, or of which the
Contractor is liable to accept delivery: this Plant and
Materials shall become the property of (and be at the risk of)
the Procuring Entity when paid for by the Procuring Entity,
and the Contractor shall place the same at the Procuring
Entity’s disposal;
(c) other costs or liabilities which in the circumstances were
reasonably and necessarily incurred by the Contractor in the
expectation of completing the Works;
(d) the cost of removal of Temporary Works and Contractor’s
Equipment from the Site; and
(e) The cost of repatriation of the Contractor’s staff and labour
employed wholly in connection with the Works at the date of
termination.

91. Property 91.1 All Materials on the Site, Plant, Equipment, Temporary Works,
and Works shall be deemed to be the property of the Procuring
Entity if the Contract is terminated because of the Contractor’s
default stated under GCC Sub Clause 89.1.

92. Frustration 92.1 If the Contract is frustrated by the occurrence of a situation of


Force Majeure as defined in GCC Sub Clause 85, the Project
Manager shall certify that the Contract has been frustrated. The
Contractor shall make the Site safe and stop work as quickly as
possible after receiving this certificate and shall be paid for all
works carried out before receiving it and for any work carried out
afterwards to which a commitment was made.

77
G. Claims, Disputes and Arbitration
93. Contractor’s 93.1 If the Contractor considers himself to be entitled to any extension
Claims of the Completion Time and/or any additional payment, under any
Clause of these Conditions or otherwise in connection with the
Contract, the Contractor shall give notice to the Procuring Entity,
describing the event or circumstance giving rise to the claim. The
notice shall be given as soon as practicable, as and not later than
twenty eight (28) days after the Contractor became aware, or
should have become aware, of the event or circumstance.

93.2 If the Contractor fails to give notice of a claim within such period
of twenty eight (28) days, the Intended Completion Date shall not
be extended, the Contractor shall not be entitled to additional
payment, and the Procuring Entity shall be discharged from all
liability in connection with the claim.

93.3 Within forty two (42) days after the Contractor became aware or
should have become aware of the event or circumstance giving
rise to the claim, or within such other period as may be proposed
by the Contractor and approved by the Project Manager, the
Contractor shall send to the Project Manager a fully detailed claim
which includes full supporting particulars of the basis of the claim
and of the extension of time and/or additional payment claimed,
for settlement.

94. Settlement of 94.1 Amicable settlement


Disputes
The procuring Entity and the Contractor shall use their best efforts
to settle amicably all possible disputes arising out of or in
connection with this Contract or its interpretation.

94.2 Adjudication

(a) If the Contractor believes that a decision taken by the


Project Manager was either outside the authority given to
the Project Manager by the Contract or that the decision
was wrongly taken, the decision shall be referred to the
Adjudicator within fourteen (14) days of notification of the
Project Manager’s decision in writing.

(b) The Adjudicator named in the PCC is jointly appointed by


the parties. In case of disagreement between the parties,
the Appointing Authority designated in the PCC shall
appoint the Adjudicator within fourteen (14) days of receipt
of a request from either party.

(c) The Adjudicator shall give its decision in writing to both


parties within twenty-eight (28) days of a dispute being
referred to it.

78
(d) The Contractor shall make all payments (fees and
reimbursable expenses) to the Adjudicator, and the
Procuring Entity shall reimburse half of these fees through
the regular progress payments.

(e) Should the Adjudicator resign or die, or should the


Procuring Entity and the Contractor agree that the
Adjudicator is not functioning in accordance with the
provisions of the Contract; a new Adjudicator will be jointly
appointed by the Procuring Entity and the Contractor. In
case of disagreement between the Procuring Entity and
the Contractor the Adjudicator shall be designated by the
Appointing Authority within fourteen (14) days of receipt of
a request from either party as stated under GCC Sub
Clause 94.2 (b)

94.3 Arbitration

(a) If the parties are unable to reach a settlement as per GCC


Clauses94.1 and 94.2 within twenty-eight (28) days of the
first written correspondence on the matter of
disagreement, then either party may give notice to the
other party of its intention to commence arbitration in
accordance with GCC Sub Clause 97.3(b).

(b) The arbitration shall be conducted in accordance with the


Arbitration Act (Act No 1 of 2001) of Bangladesh as at
present in force and in the place shown in the PCC.

79
Particular Conditions of Contract

80
Section 4.Particular Conditions of Contract
Instructions for completing the Particular Conditions of Contract are provided in italics in parenthesis for the
relevant GCC Clauses.
Amendments of, and Supplements to, Clauses in the General Conditions
GCC Clause
of Contract
GCC 1.1(k) The Contractor is
[Name, address, and name of authorized representative]
GCC 1.1(cc) The Procuring Entity is BEZA
Bangladesh Economic Zone Authority (BEZA) represent by Bangladesh
Economic Zones Development Project (Phase- I)
Address: Bangladesh Economic Zone Authority (BEZA), BDBL Bhaban, Level-
15 , 12- Kawran Bazaar, Dhaka

Authorized Representative:
Dr. Md. Nurannabi Mridha, Project Director, Bangladesh Economic Zones
Development Project (Phase- I)
GCC 1.1( dd) The Project Manager is Dr. Md. Nurannabi Mridha Project Director, Bangladesh
Economic Zones Development Project (Phase- I) Bangladesh Economic Zone
Authority (BEZA),
Address: Bangladesh Economic Zone Authority (BEZA), BDBL Bhaban, Level-
15, 12- Kawran Bazaar, Dhaka
Authorized Representative: Same as Project Manager
GCC 1.1 ( z) The initial Contract price is ---------------
GCC 1.1( w) The Intended Completion Date for the whole of the Works shall be
12 months from the date of Contract.
GCC 1.1( ff) The Site is located at Mongla, Bagerhat districtand is defined in drawings
attached.
GCC 1.1( ii) The Start Date shall be 7 days from the date of Contract
GCC 1.1( mm) The Works consist of Earth work, soil stabilization with lime, RCC raft, RCC
beams, RCC roof, Brick work, Plaster, Painting, Internal water supply & sanitary
works, Internal Electrical works etc.,i,e Building,
GCC 2.5 The Sectional Completion Dates are:N/A
GCC 3.1 The Procuring Entity’s address for the purpose of communications under this
contract is :
Engr. xxxxxxxxx, xxxxxx Engineer (civil), Bangladesh Economic Zone Authority
(BEZA)

Address: BDBL Bhaban, Level-15, 12- Kawran Bazaar, Dhaka


Tel: xxxxxxx,xxxxxxx, xxxxxxxxxxx
Fax: xxxxxxx
e-mail address: xxxxxxxxx@xxxxx.xxx
The Contractor’s address for the purpose of communications under this contract
is :
GCC 6.1 (j) Other documents forming part of the Contract are: Environmental Management
Plan, Work schedule, Schedule of key personnel, Schedule of equipment, Site
inspection report & Report of the Technical Monitoring Sub-committee.
A Committee shall be formed by Procuring Entity for advising to properly
implementation of construction of administrative building called as “Technical
Monitoring Sub-committee “. The Contractor must need to verify each stage
of administrative building to Technical Monitoring Sub-committee and getting

81
report before proceeding with the construction of the next stage
GCC 9.1 A Contractor or a Subcontractor that is a national of, or registered in, the
following countries are not eligible:Israel
GCC 9.2 Materials, Equipments Plants and supplies shall not have their origin in the
following countries:Israel
GCC 13.1 Possession of the Site or part(s) of the Site, to the Contractor shall be given on
the following date(s);7 days from the signing of Contract.

[state date or dates of possession of site]


GCC 19.1 Following Key Personnel to carry out the functions stated in the Schedule shall
be employed by the Contractor;

Designation, Basic
Sl. Total Works In Similar Works
Educational Qualifications &
No. Experience Experience
No. Of Positions
1 Project Manager- B.sc in Civil Min. 15 years. Min. 5 years.
Engineer -1 Person
2 Field Engineer - B.sc in Civil Min. 10 years. Min. 5 years.
Engineer -1 Person
3 Site Supervisor – (Diploma –in- Min. 5 years. Min. 3 years.
Civil Engineer – 2 persons
4 Surveyor (Certificated in Min. 5 years. Min. 3 years
Surveying) -1 Person
5 Quality Control Engineer - 1 Min. 5 years. Min. 3 years
Persons
6 Work Assistant-HSC- 2 Persons Min. 5 years. Min. 3 years
GCC 21.1 Nominated Subcontractor(s) named below;
None
____[insert name(s)]___________________________________________
shall be entitled to execute the following specific components of the Works
GCC 23.1 The Contractual matters between the Procuring Entity and the Contractor shall
be decided by : NA
GCC 27.1(c) Shall implement the Environmental Management Plan as specified in Section
10 of the tender document.
GCC 37.1 The minimum insurance cover shall be :
(a) The maximum deductible for insurance of the Works and of Plant and
Materials is BDT------- [state amount]
[The Contractor shall provide this amount at the time of Contract signing].
(b) The minimum cover for insurance of the Works and of Plant and Materials
in respect of the Contractor’s faulty design is BDT. ----------------
[the amount could be 110% of the contract value]
(c) The maximum deductible for insurance of Equipment is [the Contractor
shall provide this amount at the time of Contract signing].
(d) The minimum cover for loss or damage to Equipment is BDT ------ (xxxxx)
lakh.
[the amount could be 110% of the replacement value of the equipment]
(e) The maximum deductible for insurance of other property is BDT ---- (xxxx)
lakh.
[The Contractor shall state this amount at the time of Contract signing].

82
(f) The minimum cover for insurance of other property is Tk ---- [state
amount].
[It is the responsibility of the Contractor to obtain adequate insurance
cover for such risks – recommended value 10% of contract price].
(g) The minimum cover for personal injury or death insurance:
(i) For the Contractor’s employees is as per the law and common practice
in Bangladesh.
(ii) And for third parties is as per the law and common practice in
Bangladesh.
GCC 40.1 Commencement Date of Works shall be as follows:
GCC 42.1 The Contractor shall submit a Programme for the Works within 15 days of
signing the Contract.
GCC 42.2 The period between Programme updates is Every 1 (One) Month.
GCC 42.3 The amount to be withheld for late submission of an updated Programme is BDT
100,000
GCC 57.1 The Defects Liability Period is 12 (Twelve)months.
GCC 66.3 1. The particulars of the Bank Account nominated are as follows :

Title of the Account : [insert title to whom the Contract awarded]


Name of the Bank : [insert name with code, if any]
Name of the Branch : [insert branch name with code ,if any]
Account Number : [insert number]
Address : [insert location with district]
Tel : xxxxxxx
Fax : xxxxxxx
e-mail address : xxxxxx@xxxxxxxxx
[information furnished by the Contractor shall be substantiated by the
concerned Bank and authenticated by the Procuring Entity]
GCC 69.1(m) The following additional events shall also be the Compensation Events: Not
Applicable
GCC 71.1 The Contract is not subject to price adjustment.
GCC 72.1 The proportion of payments to be retained is 5 (Five) percent.
GCC 73.1 The amount of Liquidated Damages or in other words Delay Damages for the
uncompleted Works or any part thereof is 0.05 percent of its Contract price per
day of delay.
GCC 73.1 The maximum amount of Liquidated Damages for the uncompleted Works or
any part thereof is 10 percent of the final Contract price of the whole of the
Works.
GCC 74.1 The Bonus for the whole of the Works is [insert percentage]percent of the final
Contract price per day:Not Applicable
The maximum amount of Bonus for the whole of the Works is [insert
percentage] percent of the final Contract price : Not Applicable
GCC 75.1 The Advance Payment shall be BDT [insert amount] and shall be paid to the
Contractor not later than: Not Applicable
GCC 77.2 The percentage for adjustment of Provisional Sums is: None
GCC 84.1 The date by which “as-built” drawings are required is within 30 days after
substantial completion of works
The date by which operating and maintenance manuals are required is within 30
days after substantial completion of works

83
GCC 84.2 The amount to be withheld for failing to produce “as-built” drawings and/or
operating and maintenance manuals by the date required is BDT55,80,000.
GCC 90.1 The percentage to apply to the contract value of the works not completed,
representing the Procuring Entity’s additional cost for completing the
uncompleted Works, is 20 (Twenty) percent.
GCC 94.2 (b) The Adjudicator jointly appointed by the parties is:
Name: Engr. xxxxxxxxxxxx,
xxxxxxxxxxxxxxxxxxxxxxxxxx
xxxxxxxxx department, Bangladesh.
Cell phone:+88- xxxxxxxxxx
Phone: +88-xxxxxxx
E-mail: xxxxxxxxxxxx@xxxxxxxxx, xxxxxxxxxxx@xxxxxxxxxxxxxx
GCC 94.2(b) In case of disagreement between the parties, the Appointing Authority for the
Adjudicator is the President of the Institution of Engineers, Bangladesh.
GCC 94.3 (b) The arbitration shall be conducted in the place mentioned below :
Dhaka, Bangladesh

84
Tender and Contract Forms

85
Section 5.Tender and Contract Forms
Form Title
Tender Forms
PW3 – 1 Tender Submission Letter
PW3 – 2 Tenderer Information
PW3 – 3 JV Partner Information (if applicable)
PW3 – 4 Subcontractor Information (if applicable)
PW3 – 5 Personnel Information
PW3 – 6 Bank Guarantee for Tender Security (when this option is chosen)

Contract Forms
PW3 – 7 Notification of Award
PW3 – 8 Contract Agreement
PW3 – 9 Bank Guarantee for Performance Security (when this option is chosen)
PW3 –10 Bank Guarantee for Advance Payment (if applicable)
PW3 –11 Bank Guarantee for Retention Money Security (when this option is chosen)

Forms PW3 -1 to PW3 -6 comprises part of the Tender Format and should be completed as stated in ITT
Clauses 24.

Forms PW3 -7 to PW3 -11 comprises part of the Contract as stated in GCC Clause 6.

86
Tender Submission Letter (Form PW3-1)
[The Tenderer must prepare the Tender Submission Letter in its letterhead.]

[Note: All italicized text is for use in preparing this form and
shall be deleted from the final letter]

To: Date:
[Contact Person]
[Name of Procuring Entity]
[Address of Procuring Entity]
Invitation for Tender No: [indicate IFT No]
Tender Package No: [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of Lot(s)]

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Tender Document, including Addenda issued in
accordance with Instructions to Tenderers (ITT) clause 11;

(b) We offer to execute in conformity with the Tender Document the following Works and Physical Services:

(c) The total price of our Tender, excluding any discounts offered in item (d) below is:

(d) The discounts offered and the methodology for their application are:

(e) Our Tender shall be valid for a period of [Insert Validity Period as specified in ITT sub-clause
33.1]_________________ days from the date fixed for the tender submission deadline in accordance
with the Tender Document, and it shall remain binding upon us and may be accepted at any time before
the expiration of that period;

(f) If our Tender is accepted, we commit to obtain a Performance Security in accordance with the Tender
Document;

(g) We, including any subcontractors or suppliers for any part of the contract, have or will have nationalities
from eligible countries, in accordance with ITT sub-clause 5.1;

(h) We, including any subcontractors or suppliers for any part of the contract, do not have any conflict of
interest in accordance with ITT sub-clause 5.5;

(i) We are not participating, as a Tenderer or as a subcontractor, in more than one Tender in this Tendering
process in accordance with ITT sub-clause 20.1, other than alternative offers submitted in accordance
with ITT clause 26;

(j) We, our affiliates or subsidiaries, including any of our subcontractors or suppliers for any part of the
contract, have not been declared ineligible by the Bank, under the laws of Bangladesh or official
regulations or by an act of compliance with a decision of the United Nations Security Council on charges
of engaging in corrupt, fraudulent, collusive, coercive or obstructive practices in accordance with ITT sub
clause 5.6;

(k) We confirm that we do not have a record of poor performance as stated in ITT sub clause 5.7, and that
we do not have, or have had, any litigation against us, other than that stated in the Tenderer Information
(Form PW3-2);

87
(l) We are not a government owned entity / We are a government owned entity but meet the requirements
of ITT sub clause 5.3;

(m) We understand that this Tender, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is prepared
and executed;

(n) We understand that you are not bound to accept the lowest evaluated Tender or any other Tender that
you may receive; and

(o) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will
engage in bribery.

Signature: [insert signature of authorised representative of the


Tenderer]
Name: [insert full name of signatory ]
In the capacity of: [insert capacity of signatory]

Duly authorised to sign the Tender for [insert the Name of Tenderer]
and on behalf of the Tenderer

Attachment 1:[ITT Sub Clause 40.3,


Written confirmation authorising the above signatory (ies) to commit the Tenderer]

[and, if applicable]
Attachment 2:[ITT Sub Clause 29.2(b),
Copy of the JVCA Agreement / Letter of Intent to form JVCA with draft proposed Agreement]

88
Tenderer Information (Form PW3-2)
[This Form should be completed only by the Tenderer]

Invitation for Tender No: [indicate IFT No]


Tender Package No: [indicate Package No]
This Package is divided into the following Number of Lots: [indicate number of Lot(s)]

1. Eligibility Information of the Tenderer [ITT –Clauses 5 & 29]


1.1 Nationality of individual or country
of registration

1.2 Tenderer’s legal title

1.3 Tenderer’s registered address

1.4 Tenderer’s legal status [complete the relevant box]


Proprietorship

Partnership

Limited Liability Concern

Government-owned Enterprise

Others
[please describe, if applicable]
1.5 Tenderer’s year of registration
1.6 Tenderer’s authorised representative details
Name
National ID number
Address
Telephone / Fax numbers
e-mail address
1.7 Litigation [ITT Cause 13]
If there is no history of litigation or no pending litigation then state opposite “None”. If there is a
history of litigation, or a number of awards, against the Tenderer provide details below

A. Arbitration Awards made against


Year Matter in dispute Value of Award Value of Claim

B. Arbitration Awards pending


Year Matter in dispute Value of Claim

1.8 Tenderer to attach photocopies of


the original documents mentioned
aside [All documents required under ITT Clauses 5 and 29]
The following two information are applicable for National Tenderers

89
1.9 Tenderer’s Value Added Tax
Registration (VAT) Number
1.10 Tenderer’s Tax Identification
Number(TIN)
[The foreign Tenderers, in accordance with ITT Sub Clause 5.1, shall provide evidence by a written
declaration to that effect to demonstrate that it meets the criterion]
2. Qualification Information of the Tenderer [ITT Clause 32]
2.1 General Experience in Construction Works of Tenderer
Start End Contract No and Name of Contract Role of Tenderer
Month Month Years Name and Address of Procuring Entity [Prime/Sub/Management
Year Year Brief description of Works ]

2.2 Specific Experience in Construction Works of Tenderer


Completed Contracts of similar nature, complexity and methods/construction technology
Contract No [ insert reference no] of [ insert year]

Name of Contract [insert name]

Role in Contract Prime Contractor Subcontractor Management Contractor


[tick relevant box].
Award date [insert date]
Completion date [insert date]
Total Contract Value [insert amount]
Procuring Entity’s Name
Address
Tel / Fax
e-mail

Brief description with


justifications of the [state justification in support of its similarity compared to the proposed
similarity compared to works]
the Procuring Entity’s
requirements
2.3 Average annual construction turnover [ITT Sub Clause15.1(a)]
[amount invoiced to Procuring Entity(s) for each year of works in progress or completed, using rate
of exchange at the end of the period reported]
Year Amount & Currency Taka or Equivalent Taka

90
2.4 Financial Resources available to meet the construction cash flow [ITT Sub Clause 15.1(b)]
No Source of Financing Amount Available

In order to confirm the above statements the Tenderer shall submit , as applicable, the documents
mentioned in ITT Sub Clause 32.1(a), (b), (c) & (d)
2.5 Contact Details [ITT Sub Clause 32.1 (g) & (i)
Name, address, and other contact details of Tenderer Bankers and other Procuring Entity(s) that
may provide references, if contacted by this Procuring Entity

2.6 Qualifications and experience of key technical and administrative personnel proposed for Contract
administration and management [ITT Sub Clause 32.1(e)]
Position
Years of Specific Experience
Name
Years of General Experience

[Tenderer to complete details of above. The Tenderer should complete the Personnel Information Form
(Form PW3-5)]
2.7 Major Construction Equipments proposed to carry out the Contract [ITT Sub Clause 32.1(f)]
Condition Owned, leased or to be
Item of Equipment (new, good, average, purchased
poor) (state owner, lesser or seller)

[Tenderer to list details of each item of major construction equipment, as applicable]

91
JVCA Partner Information (Form PW3-3)
[This Form should be completed by each JVCA partner]

Invitation for Tender No: [indicate IFT No]


Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of Lot(s)]

1. Eligibility Information of the JVCA Partner [ITT –Clauses 5 & 29]


1.1 Nationality of Individual or country
of Registration
1.2 JVCA Partner’s legal title

1.3 JVCA Partner’s registered address

1.4 JVCA Partner’s legal status [complete the relevant box]


Proprietorship

Partnership

Limited Liability Concern

Government-owned Enterprise

Other
(please describe, if applicable)
1.5 JVCA Partner’s year of registration
1.6 JVCA Partner’s authorised representative details
Name
National ID number
Address
Telephone / Fax numbers
e-mail address
1.7 Litigation [ITT Sub Cause 13]
If there is no history of litigation or no pending litigation then state “None”. If there is a history of
litigation, or a number of awards, against the JVCA Partner provide details below:
A. Arbitration Awards made against
Year Matter in dispute Value of Value of Claim
Award

B. Arbitration Awards pending


Year Matter in dispute Value of Claim

1.8 JVCA Partner to attach copies of


the original documents mentioned
aside
[All documents required under ITT Clauses 5 and 29]

92
The following two information are applicable for national JVCA Partners only
1.9 JVCA Partner’s Value Added Tax
Registration (VAT) Number
1.10 JVCA Partner’s Tax Identification
Number (TIN)
[The foreign JVCA Partners, in accordance with ITT Sub Clause 5.1, shall provide evidence by a written
declaration to that effect to demonstrate that it meets the criterion]
2. Key Activity(ies) for which it is intended to be joint ventured [ITT Sub Clause 18.2 & 18.3]
Elements of Activity Brief description of Activity

3. Qualification Information of the JVCA Partner [ITT Clause 32]


3.1 General Experience in Construction Works of JVCA Partner
Start End Years Contract No and & Name of ContractName and Role of JVCA
Month Month Address of Procuring EntityBrief description of Partner
Year Year Works [Prime/Sub/Manag
ement]

3.2 Specific Experience in Construction Works of JVCA Partner


Completed Contracts of similar nature, complexity and methods/construction technology
Contract No [ insert reference no] of [ insert year]

Name of Contract [insert name]

Role in Contract Prime Contractor Subcontractor Management Contractor


[tick relevant box]
Award date [insert date]
Completion date [insert date]
Total Contract Amount [insert amount]

Procuring Entity’s Name


Address
Tel / Fax
e-mail
Brief description with
justifications of the
similarity compared to [state justification in support of its similarity compared to the proposed
the Procuring Entity’s works]
requirements
3.3 Average annual construction turnover [ITT Sub Clause 15.1 (a)]
[amount invoiced to Procuring Entity(s) for each year of work in progress or completed, using rate of
exchange at the end of the period reported]
Year Amount & Currency Taka or Equivalent Taka

93
3.4 Financial Resources available to meet the construction cash flow [ITT Sub-Clause 15.1(b)]
No. Source of financing Amount available

In order to confirm the above statements the JVCA Partner shall submit , as applicable, the
documents mentioned in ITT Sub Clause 32.1 (a), (b), (c) & (d)
3.5 Contact Details [ITT Sub Clause 32.1 (g) & (i)
Name, address, and contact details of Tenderer’s Bankers and other Procuring Entity(s) that may
provide references if contacted by this Procuring Entity
3.6 Qualifications and experience of key technical and administrative personnel proposed for Contract
administration and management [ITT Sub Clause 32.1(e)]
Position Years of Specific Experience
Name
Years of General Experience

[Tenderer to complete details of above. The Tenderer should complete the Personnel Information
Form (Form PW3-5)]
3.7 Major items of Construction Equipment proposed for carrying out the works [ITT Sub-Clause 32.1(f)]
Condition Owned, leased or to be
Item of Equipment (new, good, average, purchased
poor) (state owner, leaser or seller)

[Tenderer to list details of each item of Major equipment, as applicable]

94
Subcontractor Information (Form PW3-4)
[This Form should be completed by each Subcontractor, preferably on its Letter-Head Pad]

Invitation for Tender No: [indicate IFT No]


Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of Lot(s)]

1. Eligibility Information of the Subcontractor [ITT –Clauses 5 & 29]


1.1 Nationality of Individual or country of Registration
1.2 Subcontractor’s legal title

1.3 Subcontractor’s registered address

1.4 Subcontractor’s legal status [complete the relevant box]


Proprietorship

Partnership

Limited Liability Concern

Government-owned Enterprise

Other(please describe)
1.5 Subcontractor’s year of registration
1.6 Subcontractor’s authorised representative details
Name
Address
Telephone / Fax numbers
e-mail address
1.7 Subcontractor to attach copies of the following All documents to the extent relevant to ITT
original documents Clause 5 and 29 in support of its qualifications
The following two information are applicable for national Subcontractors
1.8 Subcontractor’s Value Added Tax Registration
(VAT) Number
1.9 Subcontractor’s Tax Identification Number(TIN)
[The foreign Subcontractors , in accordance with ITT sub Clause 5.1, shall provide evidence by a written
declaration to that effect to demonstrate that it meets the criterion]
2. Key Activity(ies) for which it is intended to be Subcontracted [ITT Sub Clause 19.1]
2.1 Elements of Activity Brief description of Activity

2.2 List of Similar Contracts in which the proposed Subcontractor had been engaged
Name of Contract and
Year of Execution
Value of Contract
Name of Procuring Entity
Contact Person and
contact details
Type of Work performed

94
Personnel Information (Form PW3-5)
[To be filled in for each person proposed by the Tenderer on Form PW3-2 & PW3-3, where applicable]

Invitation for Tender No: [indicate IFT No]


Tender Package No [indicate Package No]
This Package is divided into the following Number of Lots [indicate number of Lot(s)]

A. Proposed Position (tick the relevant box)


 Construction Project  Prime Candidate  Alternative Candidate
Manager
 Key Personnel  Prime Candidate  Alternative Candidate
B. Personal Data
Name

Date of Birth

Years overall experience

National ID Number, if applicable

Years of employment with the


Tenderer
Professional Qualifications:
1.
2.
3.
4.
C. Present Employment [to be completed only if not employed by the Tenderer]
Name of Employer
Address of Employer:

Present Job Title:


Years with present Employer
Tel No: Fax No: e-mail address:

Contact [manager/personnel officer]:

D. Professional Experience
Summarise professional experience over the last twenty years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.
From To Company / Project / Position / Relevant technical and management
experience.
1
2
3
4
5

95
Bank Guarantee for Tender Security (Form PW3-6)
[This is the format for the Tender Security to be issued by a scheduled Bank of Bangladesh in accordance with ITT
Clause 35 & 36. All italicized text is for guidance on how to prepare this guarantee and shall be deleted from the final
document]]

Invitation for Tender No: Date:

Tender Package No:

To:

[Name and address of the Procuring Entity]

TENDER GUARANTEE No:

We have been informed that [name of Tenderer] (hereinafter called “the Tenderer”) intends to submit to you
its Tender dated [date of Tender] (hereinafter called “the Tender”) for the execution of the Works of
[description of works] under the above Invitation for Tenders (hereinafter called “the IFT”).

Furthermore, we understand that, according to your conditions, the Tender must be supported by a Bank
Guarantee for Tender Security.

At the request of the Tenderer, we [name of bank] hereby irrevocably undertake to pay you, without cavil or
argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures and words] upon
receipt by us of your first written demand accompanied by a written statement that the Tenderer is in breach
of its obligation(s) under the Tender conditions, because the Tenderer:

a. has withdrawn its Tender after opening of Tenders but within the validity of the Tender Security; or
b. refused to accept the Notification of Award (NOA); or
c. failed to furnish Performance Security; or

Failed or refused to sign the Contract Agreement

This guarantee will expire

(a) if the Tenderer is the successful Tenderer, upon our receipt of a copy of the Contract Agreement
signed by the Tenderer and the a copy of the Performance Security issued to you in accordance
with the ITT; or
(b) If the Tenderer is not the successful Tenderer, twenty eight (28) days after the expiration of the
Tenderer’s Tender validity period.

Consequently, we must receive at the above-mentioned office any demand for payment under this guarantee
on or before that date.

Signature Seal of Bank and Signature

96
Sample Notification of Award (Form PW3-7)

Contract No: Date:


To:

[Name of Contractor]

This is to notify you that your Tender dated [insert date] for the execution of the Works for [name of
project/Contract] for the Contract Price of Tk [state amount in figures and in words], as corrected and modified
in accordance with the Instructions to Tenderers, has been approved by [name of Procuring Entity].

You are requested to:

i. accept in writing the Notification of Award within seven (7) working days of its issuance pursuant
to ITT Sub Clause 63.1
ii. Furnish a Performance Security in the form as specified and in the amount of Tk [state amount in
figures and words], within fourteen (14) days of acceptance of this Notification of Award but not
later than (specify date), in accordance with ITT Clause 65.
iii. Sign the Contract within twenty-eight (28) days of issuance of this Notification of Award but not
later than (specify date), in accordance with ITT Sub Clause 69.2.

We attach the draft Contract and all other documents for your perusal and signature.

Signed

Duly authorised to sign for and on behalf of


[name of Procuring Entity]

Date:

97
Contract Agreement (Form PW3-8)
THIS AGREEMENT made the [day] day of [month][year] between [name and address of Procuring Entity]
(hereinafter called “the Procuring Entity”) of the one part and [name and address of Contractor] (hereinafter
called “the Contractor”) of the other part:

WHEREAS the Procuring Entity invited Tenders for certain works, viz, [brief description of works] and has
accepted a Tender by the Contractor for the execution of those works in the sum of Taka [Contract price in
figures and in words] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:


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

2. The documents forming the Contract shall be interpreted in the following order of priority:
(a) the signed Contract Agreement
(b) the Notification of Award
(c) the completed Tender and the appendices to the Tender
(d) the Particular Conditions of Contract
(e) the General Conditions of Contract
(f) the Technical Specifications
(g) the General Specifications
(h) the Drawings
(i) the priced Bill of Quantities and the Schedules
(j) Any other document listed in the PCC forming part of the Contract.

3. In consideration of the payments to be made by the Procuring Entity to the Contractor as hereinafter
mentioned, the Contractor hereby covenants with the Procuring Entity to execute and complete the
works and to remedy any defects therein in conformity in all respects with the provisions of the
Contract.

4. The Procuring Entity hereby covenants to pay the Contractor in consideration of the execution and
completion of the works and the remedying of defects therein, the Contract Price or such other sum
as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with the
laws of Bangladesh on the day, month and year first written above.

For the Procuring Entity For the Contractor

Signature

Name

National ID No.
Title

In the presence of
Name

Address

98
Bank Guarantee for Performance Security (Form PW3-9)
[This is the format for the Performance Security to be issued by a scheduled bank of Bangladesh in accordance with ITT Clause 64, 65,
66& 67. All italicized text is for guidance on how to prepare this guarantee and shall be deleted from the final document]

Contract No: [insert reference number] Date: [insert date]

To:

[ insert Name and address of Procuring Entity]

PERFORMANCE GUARANTEE No:

We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has undertaken,
pursuant to Contract No [insert reference number of Contract] dated [insert date of Contract] (hereinafter
called “the Contract”), the execution of works [description of works] under the Contract.

Furthermore, we understand that, according to your conditions, the Contract must be supported by a Bank
Guarantee for Performance Security.

At the request of the Contractor, we [name of bank] hereby irrevocably undertake to pay you, without cavil or
argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures and in words]
upon receipt by us of your first written demand accompanied by a written statement that the Contractor is in
breach of its obligation(s) under the Contract conditions, without you needing to prove or show grounds or
reasons for your demand of the sum specified therein.

This guarantee is valid until [insert date of validity of guarantee which should be twenty-eight days after the
expected completion date; in case of extension of the time of completion, the Procuring Entity would need to
get this guarantee extended ], consequently, we must receive at the above-mentioned office any demand for
payment under this guarantee on or before that date.

Signature Seal of the Bank and Signature

99
Bank Guarantee for Advance Payment (Form PW3-10)
[This is the format for the Advance Payment Guarantee to be issued by a scheduled bank of Bangladesh in accordance with GCC Clause
75. All italicized text is for guidance on how to prepare this guarantee and shall be deleted from the final document]]

Contract No: [insert reference number] Date: [insert date]

To:

[insert Name and address of the Procuring


Entity]

ADVANCE PAYMENT GUARANTEE No:

We have been informed that [name of Contractor] (hereinafter called “the Contractor”) has undertaken,
pursuant to Contract No [insert reference number of Contract] dated [insert date of Contract] (hereinafter
called “the Contract”), the execution of works [description of works] under the Contract.

Furthermore, we understand that, according to your Conditions of Contract under GCC Clause 75, the
Advance Payment on Contract must be supported by a Bank Guarantee.

At the request of the Contractor, we [insert name of bank] hereby irrevocably undertake to pay you, without
cavil or argument, any sum or sums not exceeding in total an amount of Tk [insert amount in figures and in
words] upon receipt by us of your first written demand accompanied by a written statement that the Contractor
is in breach of its obligation(s) under the Contract conditions, without you needing to prove or show grounds
or reasons for your demand of the sum specified therein.

We further agree that no change, addition or other modification of the terms of the Contract to be performed,
or of any of the Contract documents which may be made between the Procuring Entity and the Contractor,
shall in any way release us from any liability under this guarantee, and we hereby waive notice of any such
change, addition or modification.

This guarantee is valid until [insert date of validity of guarantee], consequently, we must receive at the above-
mentioned office any demand for payment under this guarantee on or before that date.

Signature Seal of the Bank and Signature

100
Bank Guarantee forRetention Money Security (Form PW3-11)
[This is the format for the Retention Money Guarantee to be issued by a scheduled bank of Bangladesh in accordance with GCC Sub
Clause 72.3. All italicized text is for guidance on how to prepare this guarantee and shall be deleted from the final document]]

Demand Guarantee

[Bank’s Name and Address of Issuing Branch or Office]

Beneficiary:[insert Name and Address of the Procuring Entity]

Date: [insert date]

RETENTION MONEY GUARANTEE No.: [insert number]

We have been informed that [insert name of Contractor] (hereinafter called "the Contractor") has entered into
Contract Number [insert reference number of the Contract] dated [insert date] with you, for the execution of
[insert name of Contract and brief description of Works] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, when the Taking-Over
Certificate has been issued for the Works and the first half of the Retention Money has been certified for
payment, payment of Tk. [insert the amount of the second half of the Retention Money] which becomes due
after the Defects Liability Period has passed and certified in the form of Defects Correction Certificate, is to be
made against a Retention Money Guarantee.

At the request of the Contractor, we [insert name of Bank] hereby irrevocably undertake to pay you any sum
or sums not exceeding in total an amount of Tk. [insert amount in figures] (Taka [insert amount in words])
upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Contractor is in breach of its obligation under the Contract because the Contractor failed to properly correct
the defects duly notified in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the payment of the second
half of the Retention Money referred to above must have been received by the Contractor on its account
number[insert A/C no] at [name and address of Bank].

This guarantee is valid until [insert the date of validity of Guarantee that being twenty eight (28) days beyond
the Defects Liability Period]. Consequently, we must receive at the above-mentioned office any demand for
payment under this guarantee on or before that date.

Signature Seal of Bank and Signature

101
Section 6. Bill of Quantities

102
Bill no. 1: Administrative Building
Name of Works :Construction of Administrative Building for Mongla EZ

Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
1 2.1 Earth work in excavation in all kinds of soil
for foundation trenches including. layout,
providing center lines, local bench-mark
pillars, leveling, ramming and preparing
the base, fixing bamboo spikes and
marking layout with chalk powder,
providing necessary tools and plants,
protecting and maintaining the trench dry
etc., stacking, cleaning the excavated
earth at a safe distance out of the area
enclosed by the layout etc. all complete
and accepted by the Engineer, subject to
submit method statement of carrying out
excavation work to the Engineer for
approval. However, Engineer’s approval
shall not relieve the contractor of his
responsibilities and obligations under the
contract.
2.1.1 Layout and marking for earthwork in Sqm 549.00
excavation in foundation accepted by the
Engineer. [Plinth area of the structure
shall be considered for measurement]
2 2.1.2 Earthwork in excavation in foundation Cum 1750.00
trenches up to 1.5 m depth and maximum
10 m lead: in soft clayey soil / loose sand /
silt.
3 2.13 Earth filling in foundation trenches and Cum 1098.00
plinth in 150 mm layer with earth available
within 90 m of the building site to achive
minimum dry density of 90% with optimum
moisture content (Modified proctor test)
including carrying watering, leveling,
dressing and compacting to a specified
percentage each layer up to finished level
etc. all complete and accepted by the
Engineer.
4 29.3 Supplying anti-termite chemicals named Sqm 549.00
DURS BAN 20 EC and mixing the same
with pure water as per specification in
item No. 1 and spraying the emulsified
mixture with hand sprayer over both
outside and inside back fill in foundation
trenches @ 7.50 liters per sqm of the
vertical surface area of the foundation wall
accepted by the Engineer.

103
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
(The maximum depth of the back fill to be
treated is 500 mm. and the measurement
for depth should not be given more than
500 mm)
5 2.10.1 Sand filling in foundation trenches and Cum 277.00
plinth with sand having F.M. 0.5 to 0.8 in
150mm layers including leveling, watering
and compaction to achieve minimum dry
density of 90% with optimum moisture
content (Modified proctor test) by ramming
each layer up to finished level as per
design supplied by the design office only
etc. all complete and accepted by the
Engineer.
6 3.4 Mass concrete (1:3:6) in foundation with
cement, sand (F.M. 1.2) and picked jhama
chips including breaking chips, screening,
mixing, laying, compacting to levels and
curing for at least 7 days including the
supply of water, electricity and other
charges and costs of tools and plants etc.
all complete and accepted by the
Engineer.(Cement: CEM-II/A-M)
3.4.1 Mass concrete in foundation (1:3:6) with cum 144.00
cement, brick chips and sand of F.M.1.2
7 3.7 Supplying and laying of single layer sqm 549.00
polythene sheet weighing one kilogram
per 6.5 square meter in floor or any where
below cement concrete complete in all
respect and accepted by the Engineer.

104
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
7.8 Reinforced cement concrete works using
steel shutter with minimum cement
content relates to mix ratio 1:1.5:3 having
minimum f'cr = 30 Mpa, and satisfying a
specified compressive strength f’c = 25
Mpa at 28 days on standard cylinders as
per standard practice of Code
ACI/BNBC/ASTM & Cement conforming
to BDS EN-197-1-CEM 1 (32.5 to 52.5 N)
/ ASTM-C 150 Type -1, best quality Sylhet
sand or coarse sand of equivalent F.M.
2.2 and 20 mm down well graded stone
chips conforming to ASTM C-33, making,
placing shutter in position and maintaining
true to plumb, making shutter water-tight
properly, placing reinforcement in position;
mixing with standard mixer machine with
hopper, fed by standard measuring boxes,
casting in forms, compacting by vibrator
machine and curing at least for 28 days,
removing centering-shuttering including
cost of water, electricity, testing and other
charges etc. all complete approved and
accepted by the Engineer. (Rate is
excluding the cost of reinforcement and its
fabrication, binding, welding and placing)
7.8.4 Pedestals, column, column capitals, lift
walls and walls up to Ground Floor
8 07.8.4.1 Concrete cum 655.00
9 07.8.4.2 Formwork/shuttering, prop and necessary sqm 1572.00
supports etc. (steel)
7.8.5 Tie beams and Lintels:
10 07.8.5.1 Concrete cum 58.70
11 07.8.5.2 Formwork/shuttering, prop and necessary sqm 555.80
supports etc. (steel)
7.8.6 Tee beams, Ell beams and Rectangular
beams etc,
12 07.8.6.1 Concrete cum 95.00
13 07.8.6.2 Formwork/shuttering, prop and necessary sqm 961.00
supports etc. (steel)
07.8.7 Floor / Floor slab
14 07.8.7.1 Concrete cum 256.00
15 07.8.7.2 Formwork / shuttering, prop and sqm 1777.00
necessary supports etc. (steel)
7.8.8 Cornice, railing, drop walls, louver, fins
etc.
16 7.8.8.1 Concrete cum 8.30

105
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
17 7.8.8.2 Formwork / shuttering, prop and sqm 326.40
necessary supports etc. (steel)
7.9 Sunshade, false ceiling
18 7.10 Concrete sqm 77.00
19 7.11 Formwork / shuttering, prop and sqm 77.00
necessary supports etc. (steel)
20 7.12 Staircase slab and steps
Concrete cum 10.20
21 7.14 Formwork / shuttering, prop and sqm 102.00
necessary supports etc. (steel)
22 8.1 Supplying, fabrication and fixing to details
as per design deformed bar reinforcement
in concrete in accordance with BDS
1313 : 1991 standard including
straightening and cleaning rust, if any,
bending and binding in position including
supply of G.I. wires etc. complete in all
respects and accepted by the Engineer.
8.1.2 Grade 400 (RB 400 / 400W: complying Kg 158790.40
BDS ISO 6935-2:2006) ribbed or
deformed bar produced and marked
according to Bangladesh Standard, with
minimum yield strength fy (ReH) = 400
Mpa but fy not exceeding 418MPa and
what ever is the Yield strength within
allowable limit as per BNBC sec 8.3.3.5 /
ACI 318-11 sec 21.1.5.2, the ratio ultimate
tensile strength fu to yield strength fy,
shall be at least 1,25 and minimum
elongation after fracture and minimum
total elongation at maximum force is 16%
and 8% respectively : up to ground floor.
23 4.2 Brick works of width one brick or one and cum 416.00
a half brick length with first class bricks in
cement sand (F.M. 1.2) mortar (1:6) in
superstructure including raking out joints,
filling the interstices with mortar, cleaning
and soaking the bricks at least for 24
hours before use and washing of sand,
necessary scaffolding, curing at least for 7
days etc. all complete (measurement to
given as 250 mm width for one brick
length and 375 mm for one brick and a
half brick length) and accepted by the
Engineer.(Cement: CEM-II/A-M)In ground
floor

106
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
24 4.16 125 mm brick works with first class bricks sqm 213.00
in cement sand (F.M. 1.2) mortar (1:4)
and making bond with connected walls
including necessary scaffolding, raking out
joints, cleaning and soaking the bricks for
at least 24 hours before use and washing
of sand curing at least for 7 days in all
floors including cost of water, electricity
and other charges etc. all complete and
accepted by the Engineer.(Cement: CEM-
II/A-M)
11.1 Supplying and making door and window
frames (Chowkat) for all
floors with matured natural seasoned
wood of required size including painting
two coats of coal tar to the surface in
contact with wall, fitting and fixing in
position etc. complete and accepted by
the Engineer (All sizes of wood are
finished).
25 11.1.4 Teak Chambal / Jarul cum 1.26
26 11.2 Supplying, fitting and fixing M.S. flat bar Each 300.00
clamp of 225 x 38 x 6 mm size having
bifurcated ends to door and window
frames with necessary screws and
encasing inside the wall with cement
concrete (1:2:4) etc. complete and
accepted by the Engineer.
12.4 Supplying, fitting and fixing 38 mm thick
well matured, natural seasoned (min 10"
wide plank) wooden double leaf panel
door shutters. Top rail and styles of
sections 100 mm x 38 mm, lock rail 125
mm x 38 mm and bottom rail 225mm x 38
mm, paneling 38 mm thick both sides
raised, provided with best quality 6 Nos.
100 mm iron hinges, 2 (two) Nos. best
quality 12 mm dia 300 mm and 225 mm
long iron tower and socket bolts, 2 (two)
Nos. heavy type nickel plated handle, 1
No. hatch-bolt hinged cleats, buffer blocks
and finished by sand papering, necessary
screws etc. all complete in all floors and
accepted by the Engineer. (Double leaf.
All sizes of wood are finished)
27 12.4.3 Teak Chambal sqm 4.20

107
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
12.7 Supplying, fitting and fixing 36 mm thick
and having density 400 kg/cum solid
particle board single leaf flush door for all
floors for internal use made of well
matured mechanical seasoned Rubber
(Malaysian timber) or other approved
wooden frame having finished size 35 mm
x 50 mm around upon which 1.4 mm thick
veneer (total two Nos. of veneers one of
0.7 mm horizontally and another of 0.7
mm vertically made of Burma Teeak or
Champa or Chapalish or Garjan wood)
with necessary screws are pested on
each side by mechanized process and
provided with best quality 4 Nos. 100 mm
iron hinges, 2 Nos. best quality 12 mm dia
300 mm and 225 mm long iron tower and
socket bolts, 2 (two) Nos. heavy type
nickel plated handles, hinged cleats,
wooden buffer blocks etc. complete and
accepted by the Engineer
28 12.7.1 Burma Teak Veneered sqm 65.10
12.21 Extra cost for using brass/ SS fittings in
place of iron fittings in doors & windows
for all floors (super quality local).

29 12.21.2 SS fittings of doors sqm 69.30


30 12.22 Supplying, fitting and fixing of 'King Brand' each 33.00
(made in Korea/ equivalent) hydraulic
door closer (big size) including all
necessary tools and accessories etc. all
complete approved and accepted by the
Engineer.
31 12.23.1 Supplying fitting and fixing MORTICE door each 21.00
lock approved and accepted by the
Engineer.
32 12.25 Supplying, fitting and fixing best quality each 32.00
heavy type 19 mm dia and to 300 mm
long brass hasp bolt including cutting
grooves in door shutter and frames,
screws etc. all complete approved and
accepted by the Engineer.

108
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
14.1 Supplying fitting and fixing of Aluminium
swing door with spandrel as per the U.S.
Architectural Aluminium Manufacturer’s
Association (AAMA) standard
specification having 1.8 mm thick wall
frame size 101.60 mm. 44.45 mm. 83.21
mm). 2.33 mm thick shutter size (54 mm,
46 mm), 0.99 mm thick door glass bit (size
16.54 mm. 14.49 mm 0.115 kg/m), 2.5
mm thick clousure section (size 101.60
mm, 42.93 mm 1.2 mm), 106.60 mm
clousure cover (0.45 kg/m), 4 mm thick
floor bottom (size 101.60 mm. 12.70 mm 1
kg/m), 1.8 mm thick shutter bottom (size
82.6 mm, 43.99 mm, 0.60 kg/m), 1.8 mm
thick shutter top (size 51 mm, 43.99 mm,
1.88 kg/m) and 2.3 mm to 4.01 mm thick
handle (size 101.60 mm, 38.10 mm, 25.40
mm short, 1.35 kg/m) section of all
aluminum members will be anodized to
aluminium bronze/silver colour with a coat
not less than 15 micrones in thickness
and density of 4 mg per square cm etc.
including all accessories like swing door
clousure, swing door lock, swing door
mohiar, labour charge, fabrication, fitting
fixing in position, carriage and electricity
charge keeping provision for fitting 5 mm
thick glass including neoprene sealant etc.
complete in all respect as per drawing and
accepted by the Engineer. (Total weight
min 23 kg/m2)
33 14.1.1 S.S colour sqm 6.30
14.14 Supplying, fitting and fixing in Aluminium
door frames, windows, partitions and
curtain wall distortion free glass of
approved quality and shade including cost
of fitting fixing all necessary accessories
etc. complete in all respect as per drawing
and accepted by the Engineer.
34 14.14.3 5 mm thick ambushed/ frosted glass sqm 6.30

109
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
35 22.9 Supplying fitting, fixing of uPVC plastic rm 90.00
door or window frame having specific
gravity 1.35 - 1.45 and other physical,
chemical, thermal, fire resistivity
properties, etc., as per BSTI approved
manufacturer standards or ASTM BS /
ISO / IS standards fitted and fixed in brick
wall / RCC wall with 6 nos. GI clamp, 4
nos. inner joint GI clamp, 2 nos. outer GI
joint clamp, 16 nos. rivet making
necessary grooves and mending good the
damages, finishing, curing, carriage, etc.,
complete in all respect accepted by the
Engineer.
22.10 Supplying, fitting, fixing of uPVC solid
plastic door shutter having specific
gravity 1.35 - 1.45, thickness 1.7mm -
2.2mm and other physical, chemical,
thermal, fire resistivity properties, etc., as
per BSTI approved manufacturer
standards or ASTM, BS / ISO / IS
standards of different sizes fitted fixed
with uPVC palstic door frame weighing
5.82 kg/m2 with atleast 3 nos. SS hinges
by min 64 nos. f 9.38mm, 150mm long ss
tower bolts 2 nos., 146mm SS handle by
rivet 2 nos. GI inner joint 234.95 mm x
127mm clamp, 76.2 mm x 57.15mm,
25mm dia 1 no. SS haspholt, special type
round lock, carrying the same to the site
and local carriage, etc., complete in all
respect accepted by the Engineer.
36 22.10.2 760mm x 2130mm uPVC plastic shutter each 18.00
(solid)
37 13.4.1 Supplying, fitting, fixing window grills of sqm 331.00
any design made with 25 x 6 mm F.I. bar
including fabrication, welding, cost of
electricity workshop charges, carriage,
cutting grooves, mending good the
damages, tools and plants etc. complete
for all floors accepted by the Engineer.
(Total weight per sqm should be min
42.88 kg. and add or deduct @ Tk. 35.00
for each kg. excess or less respectively)

110
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
14.6 Supplying, fitting and fixing of Aluminium
sliding window as per the U.S.
Architectural Aluminium Manufacturer’s
Association (AAMA) standard
specification having 1.2 mm thick outer
bottom (size 75.50 mm, 32mm), 1.2 mm
thick outer top (size 75.50 mm, 16.80
mm), 1.2 mm thick shutter top (size 33
mm.26.80, 22 mm), 1.2 mm thick shutter
bottom (size 60mm, 24.40 mm), 1.2 mm
thick outer side (size 75.50 mm,19.90
mm), 1.2 mm thick sliding fixed side (size
31 mm, 26 mm),1.2 mm thick shutter lock
(size 49.20 mm 26.20 mm) and 1.2 mm
thick inter lock (size 34.40 mm, 32.10 mm)
sections all aluminium members (total
weight kg/sqm) will be anodized to
aluminium bronze/silver colour with a coat
not less than 15 micron in thickness and
density of 4 mg per square cm etc.
including all accessories like sliding door
key lock, sliding door wheel, sliding door
mohiar, sliding door neoprene, bolts and
nuts including sealants, keeping provision
for fitting 5 mm thick glass including
labour charge for fitting of accessories,
making grooves and mending good
damages, carriage, and electricity
complete in all respect as per drawing and
accepted by the Engineer.
14.6.1 Size up to 1500 mm x 1400 mm (total
weight mm - 9.081 kg)
38 14.6.1.1 S.S colour sqm 321.30

111
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
14.8 Supplying, fitting and fixing of Aluminium
fixed composite window as per the U.S.
Architectural Aluminium Manufacturer’s
Association (AAMA) standard
specification having 1.2 mm thick outer
bottom (size 75.50 mm, 32mm, 0.695
kg/m), 1.2 mm thick outer top (size 75.50
mm, 26.80 mm, 0.78 kg/m), 1.2 mm thick
shutter top (size 33 mm.26.80, 0.536
kg/m), 1.25 mm thick shutter bottom (size
60mm, 24.40 mm, 0.736 kg/m), 1.2 mm
thick outer side (size 75.50 mm,19.90
mm, 0.616 kg/m), 1.2 mm thick sliding
fixed side (size 31 mm, 26 mm, 0.422
kg/m),1.2 mm thick shutter lock (size
49.20 mm 26.20 mm, 0.661 kg/m) and 1.2
mm thick inter lock (size 34.40 mm, 32.10
mm, 0.665 kg/m) 1.2 mm thick bottom
cover (size 37.78 mm, 31.78 mm, 0.313
kg/m) 1.2 mm thick grouve cover (size
76.2 mm, 38.10 mm, 0.912 kg/m) 1.2 mm
thick grouve cover (size 57.15 mm, 15.80
mm, 0.452 kg/m) 1.2 mm thick top and
side cover (size 76.20 mm, 38.10 mm, 0.3
kg/m) sections all aluminium members
(total weight 12.297 kg) will be anodized
to aluminium bronze/silver colour with a
coat not less than 15 micron in thickness
and density of 4 mg per square cm etc.
including all accessories like sliding door
key lock, sliding door wheel, sliding door
mohiar, sliding door neoprene, bolts and
nuts including sealants, keeping provision
for fitting 5 mm thick glass including
labour charge for fitting of accessories,
making grooves and mending good
damages, carriage, and electricity
complete in all respect as per drawing and
accepted by the Engineer. Size up to
1500 mm x 2100 mm
39 14.8.1 S.S colour sqm 21.60
40 15.5 Minimum 6 mm thick cement sand (F.M. sqm 2514.00
1.2) plaster (1:4) with fresh cement to
ceiling R.C.C. columns, beams, surface of
stair case, sunshades, cornices, railings,
drop wall, louvers, fins and finishing the
corners and edges including washing of
sand cleaning the surface, scaffolding and
curing at least for 7 days, cost of water,
electricity and other charges etc. all
complete in all respect as per drawing and
accepted by the Engineer.

112
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
41 15.3 Minimum 12 mm thick cement sand (F.M. sqm 3526.00
1.2) plaster with neat cement finishing to
dado (1:4) with cement up to 150 mm
below ground level with neat cement
finishing including washing of sand,
finishing the edges and corners and
curing at least for 7 days, cost of water,
electricity and other charges etc. all
complete in all respect as per drawing and
accepted by the Engineer.(Cement:CEM-
II/A-M)
42 15.4 Minimum 12 mm thick cement sand (F.M. sqm 570.00
1.2) plaster with neat cement finishing to
dado (1:6) with cement up to 150 mm
below ground level with neat cement
finishing including washing of sand,
finishing the edges and corners and
curing at least for 7 days, cost of water,
electricity and other charges etc. all
complete in all respect as per drawing and
accepted by the Engineer.(Cement:CEM-
II/A-M)
43 16.8.1 Plastic emulsion paint of approved best sqm 6040.00
quality and colour delivered from
authorized local agent of the manufacturer
in a sealed container, applying to wall and
ceiling in two coats over a coat of brand
specified primer or sealer elapsing
specified time for drying or recoating
including cleaning drying, making free
from dirt, grease, wax, removing all
chalked and scaled materials, fungus,
mending good the surface defects, sand
papering the surface and necessary
scaffolding, spreading by brush/
roller/spray etc. all complete in all floors
accepted by the Engineer.
44 16.4 On exterior surface applying as per sqm 285.00
manufacturer instructions 3 coat of
weather coat of approved quality and
colour delivered from authorized local
agent of the manufacturer in a sealed
container complete in all respect in all
floors and accepted by the Engineer. (As
per sample approved by BEZA)

113
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
45 16.12 Textured paint of approved best quality sqm 285.00
and colour delivered from authorized local
agent of the manufacturer in a sealed
container, applying to wall and ceiling
including cleaning, drying, making free
from dirt, grease, wax, removing all
chalked and scaled materials, fungus if
required must be treated with fungicidal
solution, flaking paints, mending good the
surface defects, sand preparing the
surface and necessary scaffolding,
applied by brush/roller/spray etc. all
complete in all floors accepted by the
Engineer.
46 16.6 Painting to door and window frames and sqm 165.50
shutters in two coats with approved best
quality and colour of synthetic enamel
paint delivered from authorized local
agent of the manufacturer in a sealed
container, having highly water resistant,
high bondibilty, flexible, using specific
brand thinner applied by brass/roller/spray
over a coat of priming elapsing time for
drying including surface cleaning from
dust, oil or dirt, smoothening, finishing and
polishing with sand paper and necessary
tools, scaffolding, testing charges etc. all
complete in all floors approved and
accepted by the Engineer.
47 16.14 French polishing to door and window sqm 156.00
frames and shutters three coats over a
coat of priming including putty, cleaning
finishing and polishing with sand paper
etc. all complete in all floors accepted by
the Engineer.
48 20.4 Supplying, fitting and fixing Stainless steel sqm 105.60
(SS) railing of standard height with 2 mm
thick 2.5" dia pipe for hand-rail as per
drawing and accepted by the Engineer.
(As per sample approved by the BEZA)

49 6.9 Supplying, fitting and fixing countrymade


mirror polished homogeneous floor tiles
irrespective of color & design with cement
sand (F.M. 1.2) mortar (1:4) base and
raking out the joints with white cement
including cutting and laying the tiles in
proper way and finishing with care etc. all
complete and accepted by the
Engineer.(Cement: CEM-II/AM) (As per
sample approved by the BEZA)

114
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
6.9.3 GP (mirror polished) 600 x 600 mm floor sqm 1494.70
tiles
50 6.8 Supplying, fitting and fixing unglazed
homogeneous floor tiles irrespective of
color & design (local made) with cement
sand (F.M. 1.2) mortar (1:4) base and
raking out the joints with white cement
including cutting and laying the tiles in
proper way and finishing with care etc. all
complete and accepted by the
Engineer.(Cement: CEM-II/AM) (As per
sample approved by the BEZA)
6.8.2 Homogeneous 400 x 400mm floor tile sqm 94.20
51 6.6 Supplying, fitting and fixing glazed wall
tiles with on 20 mm thick cement sand
(F.M. 1.2) mortar (1:3) base and raking
out the joints with white cement including
cutting, laying and hire charge of machine
and finishing with care etc. including
water, electricity and other charges
complete all respect accepted by the
Engineer.(Cement: CEM-II/A-M) (As per
sample approved by the BEZA)
6.6.3 Wall tile more 250x400mm in sizes or sqm 328.50
equivalent
52 6.10 Supplying, fitting and fixing GP sqm 94.20
homogeneous stair tiles (local made) with
cement sand (F.M. 1.2) mortar (1:4) base
and raking out the joints with white
cement including cutting and laying the
tiles in proper way and finishing with care
etc. all complete and accepted by the
Engineer.(Cement: CEM-II/A-M) (As per
sample approved by the BEZA)

115
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
53 15.13 Average 100 mm thick finished lime cum 51.40
terracing with 20 mm down graded first
class brick chips (Khoa), surki from 1st
class bricks and lime (stone lime brought
at site, not being powdered in open air
and to be slaked in presence of engineer-
in-charge and to be measured in volume
three days after slaking for using in the
mix) in the proportion 7:2:2 (brick chips :
surki : lime) including preparation of the
mix on the ground by making a suitable
platform under proper polythene cover.
Cutting the mix twice daily with limewater
(1:10) at least for 7 days the mix attain
desirable consistency. Laying the mix in
proper slope, beating the same with
standard ‘koppa’ for minimum 7 days to
gain maximum consolidation, making
ghoondy and neat finishing with lime Surki
mortar (1:2) and curing for 21 days
providing polythene cover after each day
work and cleaning etc. complete in all
respect accepted by the Engineer.
54 26.31 Supplying 100 mm inside diameter best sqm 115.00
quality uPVC rain water down pipe fitting,
fixed in position with head and shoes,
bends, min.20 mm width F.I. Bar clamp
and nails, and including all accessories
such as round grating/domed roof grating
bands, sockets approved and accepted by
the Engineer.
55 Undertaking the work of Providing and Sqm 942.00
fixing of structural glazing (semi unitized
system), consisting of colour anodised
(coating thickness not less than 15
micron) extruded aluminium main frame to
be size of 60 x 58 as transom and 60 x
150 x2mm as mullion. The main frame to
be designed to withstand the wind
pressure of up to 180 kg/sqmt for an
unsupported span of 3.6mt. Mainframe is
assembled with 5mm thick aluminium L
cleats and fixed to concrete surface with
hot dipped Galvanised M.S. clamps, 9mm
dia bolts, nuts and anchor fastners. The
child frame section size of 36 x 29mm, cut
to the size and assembled according to
the panel sizes and the glass to be sealed
on the child frame with structural silicone
sealant and both side adhesive cross
linked polyethylene spacer tape. After
proper curing these glass panels to be

116
Quoted rate in
Ite Taka Total
Item.
m. Description of items Unit Qty Amount Amount Amount
Code
No in in in Tk
figures words
fixed on the main frame using stainless
steel screws. EPDM gasket to be provided
between mainframe and glass panels and
all gaps between the glass to be covered
with EPDM gasket to ensure waterproof
system – all complete as per size with
following specification.
56 14.15 Supplying, fabrication and installation of sqm 236.00
Approved colour (4 mm thick) Aluminium
composite panel (Alucobond /Alcopanel
/Alpolic) as per US Architectural
Aluminium Manufacturer's association
(AAMA) in column, beam and wall surface
providing with 44 x 44 x 1.5 mm
aluminium section including supply of
necessary hardwares, consumables,
scaffolding etc. fitted with necessary
accessories like rivet, screw, rowel bolt
etc. all complete in all respect as per
drawing and direction of the Engineer in
charge.
55 Internal Sanitary and water supply
Non-residential Building - Superior sqm 1680.00
56 Internal Electrification
Non-residential Building - Superior sqm 1680.00
57 Providing and installation of 12 No 1.00
passenger lift accepted by the
Engineer.(Approved by the BEZA)

Total -

Note

1. It is suggested that the Tenderer uses these sheets of the BOQ in order to avoid any manipulation,
distortion and inadvertent mistakes or omissions in course of preparing the Tender by the Tenderer
2. Follow the Guidance notes under Section 6 in filling this Schedule

117
Schedule of Day works
Name of Works: __________________________________________________________

IFT No.____________ Package No.______________Lot No._________

Item Unit Rate Amount


Description Nominal
Item no. Code(if Unit In In
of Item Quantity In figures In words
any) words figures
5
1 2 3 4 6 7=6 9=8
8=5x6
to be filled in by the Procuring Entity to be quoted and filled in by the Tenderer
A. DL 100 LABOUR
DL 101 01- Labourer Hour 1575
013-
02
DL 102 Mason Hour 520

DL 103 Carpenter Hour 300

& so on & so on
above are examples only

Sub-total of 100 forDL 100


LABOUR:

B. DM 200 MATERIALS
DM 201 Stone m3
Boulders
DM 202 Cement kg
DM 203 GI Pipe m
& so on

above are examples only

Sub-total of 200 for DM 200


MATERIALS:

C. DE 300 CONTRACTOR’S EQUIPMENTS


DCE 301 Excavator Hour

DCE 302 Tractor Hour

DCE 303 Pay loader Hour

& so on

above are examples only

Sub-total of 300 for DCE 300


CONTRACTOR’S EQUIPMENT :

GRAND TOTAL OF DAYWORKS (A to C) [ Section 6 ; GCC Sub Clause 81 ]

Note:

1. Nominal quantities in the schedule shall remain invariable and shall also require prior approval of the authority sanctioning the
official estimate.
2. Follow the Guidance Notes under Section 6 in filling this Schedule.

118
Day worksummary
Name of Works:__________________________________________________________

IFT No.____________ Package No.______________Lot No._________

Classification of Day works Amount


1. Total for Day work: Labour
2. Total for Day work: Materials
3. Total for Day work: Contractor’s Equipment
TOTAL FOR DAYWORKS

In Figures

In Words

Note:

This Summary refers to Schedule of Day works

119
Grand Summary

Name of Works: Construction of Administrative building

IFT No.____________ Package No.______________Lot No._________

Contract Name: ___________________________

Contract No.:______________________________

General Summary Reference Amount


1. Main Items
2. Day works (if any)
3. Others (if any)

In figures
TOTAL CONTRACT PRICE FOR THE WORKS
In words

120
General Technical Specifications

Section 7.General Specifications

121
CIVIL WORKS

SECTION –1(A)
1. Clearing and grubbing

1.1 Except for trees directed by Engineer-in-charge to be saved all trees, long, stumps, bush,
vegetation, rubbish and other perishable or objectionable matter shall be cleared from the
area within the limit of contract. In all areas to be regarded, resurfaced or built upon, remove
a layer of soil thick enough to include the grass roots.

1.2 Stumps and tree roots shall be removed or out to a depth of at least 2 feet below finished
grades under grass and planting areas. Elsewhere they shall be completely removed.

1.3 Trees directed by the Engineer-in-charge to be saved shall be protected to the satisfaction
of the Engineer-in-charge. No major branches shall be out off without permission.

1.4 Spoiled materials shall be removed from the site and deposited within the where directed.
Burn no material or debris on site without permission of the Engineer-in-charge. No fires
under or near any trees to remain.

SECTION -1 (B)
2. Excavation

2.1 Earthwork in excavation shall not be commenced before the pillars marking the centre lines
of footings and benchmark pillars are constructed and secured at the edges of trenches pits
are made and checked by the Engineer-in-charge.

2.2 General

2.2.1 Excavate all material encountered within the limit of contract to allow construction of the
proposed building structures, utilities and site work as shown on drawing and as herein
after specified. Attention is called to ''GENERAL NOTES'' on drawings and to the
requirements contained therein which may affect the work under this section.

2.2.2 The final 4 inches of excavation under footing and in trench shall be saved during the mass
work.This materials shall be removed batch wise in order that the ultimate bottom is firm and
not exposed to elements more than 12 hours before being topped by footing or before pipes
are laid in trench. All loose material and rubbish shall be removed before casting.

2.2.3 When excavation has reached the prescribed depths, the Engineer-in-charge shall be
notified and will make an inspection of the conditions. After inspection, the contractor will
receive approval to proceed if bearing conditions meet design requirements.

2.3 Unanticipated soil conditions

If unsuitable bearing materials are encountered at the required depths the Engineer-in-
charge may improve the local deficiency any of the following or other applicable methods.

# Sand piling.

122
# Timber piling with required length and dia.
# Replacement of the whole mass of poor soil up to required depth with sand of
requiredF.M. or as decided by the competent authority.
2.4 Utilities

Excavate all trenches to 3 inch below bottom of pipe. Trenches for sanitary sewers shall
have continuous slope in the direction of flow following the specified drawing.

2.5 Excess excavation

If any part of the excavation is carried through error of the contractor beyond the depth and
the dimensions indicated on the drawings, the contractor shall fill the additional depth with
compacted and of F.M. 1.2 in layers and cost there of shall have to be borne by the
contractor.

2.6 Shoring, sheeting and bracing

Shore or braced excavations and trenches as required maintaining them secure and to
protect adjacent existing structure, remove, shorting as the back filling progresses but only
when bakes are safe against caving. Any such shoring, sheeting or bracing shall be at the
contractor's expense.

2.7 Dewatering from foundation trenches

2.7.1 Provide, maintain and operate pumps and related equipment, including stand by equipment
of sufficient capacity to keep excavation free all water at all times and under any all
contingencies that may arise until the structures attain their full strength. Notify the
Engineer-in-charge and receive approval before discontinuance of pumping.

2.7.2 If ground water seepage from the sides and bottom of the trenches or pits a catch pit shall
be excavated at one end and adequate pump equipment shall be provided. If on pumping
and exit hydraulic gradient is found to be too steep as evidenced by quick's a bed or graded
stone shingle 4'' thick or more as directed by the Engineer-in-charge, shall be placed under
the footing. Such stone shingle bed will be paid for in quantity approved by the Engineer-in-
charge.

2.7.3 Dispose of water through temporary pipelines or ditches with outfall to natural drainage
courses.

2.7.4 Prevent erosion of surrounding areas Build temporary culverts if required. At completion of
dewatering remove temporary facilities and restore sub-grade and damaged areas to
conditions existing at start of the work.

2.8 The protection

2.8.1 Excavation within branch spread of trees to remain shall be performed by hand and so as to
cause minimum damages to root system.

2.9 Disposal of excess

All excavated materials which in the opinion of the Engineer-In-Charge are not suitable for
fill or backfill and disposed of at no cost of the Employer within the Employer's property

123
where directed by the Engineer-in-charge.

2.10 Stock piling of spoils

Store where convenient at site so as not to interfere with the general progress of the work all
excavated materials suitable and required for re-use.

SECTION –1(C)
3. Filling and grading

3.1 Fill material

3.2 Ordinary fill: Natural inorganic soil approved by the Engineer in-charge and meeting the
following requirements.

3.2.1 It shall be free of organic or other weak or compressible materials and be of such nature and
character that it can be compacted to the specified density in a reasonable length of time
and with optimumenergy.

3.2.2 It shall be free from highly plastic clays, from all materials, subject to decay decomposition
or dissolution and from cinders or other material, which will corrode pipes or other metals.

3.2.3 It shall have optimum moisture so as to attain minimum compaction of 90% of AASHTO.

3.2.4 Material from excavation on the site may be used as ordinary fill if it meets the
above requirements.

3.3 Sand fill: Fineness modulus not less than 1.20

3.4 Samples: Submit samples of fill materials to Engineer-in-charge for approval before
materials are usedfor fills.

3.5 Placing fills general

3.5.1 Areas to be filled or backfilled shall free from construction debris, broken bricks,
refuse, compressible or decay able materials and standing water.

3.5.2 Notify the Engineer in-charge when excavations are ready for inspection. Filling and
backfilling shall not be started until approved by the Engineer-in-charge.

3.5.3 Furnish approved materials. Place fill in layers not exceeding 6 inches thickness and
compact to a density of at least 90% of AASHTO.

3.5.4 Place 1''x2'' grade stakes spaced, as conditions require and painted red and black
alternately in 3'' graduations to permit checking of fill layers and of sub grade levels.

3.5.5 Before backfilling against walls and piers, the structure must be completed and sufficiently
aged to attain strength required to resist backfill pressures without damages. Temporary
bracing wall not be permitted except by written permission from the Engineer-in-charge.
When filling on both sides of a wall or pier, place fill simultaneously and on all side. Correct
any damage to the structure caused by backfilling operations at no cost of the Employer.

124
3.5.6 Backfill pipe trenches only after pipe has been inspected tested and locations of pipes and
appurtenances have been recorded.

3.6 Placing ordinary fill

3.6.1 Ordinary fill as specified in paragraph 1.1 herein above shall be provided as fill orbackfill
wherever not specified otherwise.

3.6.2 Place ordinary fill and compact to 90 percent maximum dry density beneath the sand sub-
base specified in paragraph 1.6

3.6.3 Place ordinary fill and compact to 85% percent maximum dry density in all other areas
where fill is required.

3.6.4 After laying one layer of fill, all lumps and code shall be beaten into powder by wooden
mallets or rammers. Next the fill shall be compacted by a 10 lbs iron rammer. Water shall be
sprinkled on the fill if it is dry. Ramming shall be carried out methodically so that every area
receives the same number of blows by the rammer. Mechanical compaction should be done.

3.6.5 Each layer after being compacted shall received inspection and approval by the Engineer-in-
charge before the next layer is placed. The operation shall be continued layer by layer till the
proper sub grade is reached.

3.6.6 Measurement of the work shall be based on compacted thickness.

3.7 Placing sand fill

3.7.1 Sand fill as specified in paragraph 1.2 herein above shall be provided as a sub-base course
under all slabs on grade, either interior or exterior and brick paving for minimum compacted
thickness of 6 inches.

3.7.2 For layers exceeding 6'' place sand fill in about equal thickness and compact each layer on
90 percent minimum dry density.

3.8 Deficiency of fills materials.

Provide required additional fill material if sufficient quantity of suitable materials is not
available from the required excavation of the projects site.

3.9 Sub grade maintenance

3.9.1 The work of this section shall provide a sub grade which shall be parallel to the finished
grades or elevation shown on the drawings and shall be below finished grades in
accordance with various depths.

3.9.2 Upon completion of rough grading operation, remove all debris and rubbish and leave areas
ready for subsequent work.

3.9.3 Sub grades specified above shall be maintained until superimposed work begins. Settlement
of fills and wash outs shall be corrected by filling and compacting as required.

125
3.10 Turfing

3.10.1 Turfing shall be done in selected species of grass, e.g. durba grass. A sample shall be
submitted to the Engineer -in-charge for approval before use. The soil to be trufed shall first
be loosened up to 1/2'' inch depth by wire brushes or other wise and then be well moistened
before pads are planted. After planting, the ground shall be watered twice daily till the grass
is rooted and grow normally. Any bare spots greater than 4'' inches in diameter shall be
replant and watered as specified above.

SECTION- 2(A)
4. Concrete work

4.1 Aggregate: Stone chips

Coarse aggregates shall consists of crushed stone chips grades from 3/16'' to 3/4'' with 33%
passing 3/8''sieve unless otherwise determined from laboratory 'Trial Mixes' for the specified
ultimate strength of concrete or as directed by the Engineer in-charge. Crushed stone
should be made at side from boulders; Minimum Size of boulder must not be less than 6'' in
diameter.

All coarse aggregates shall be made from boulder of size 6'' (Six) and above and shall be
cleaned and made free from dust and other impurities by screening and washing in clean
water immediately before use. Crushed stone is to be tested for ACV test from BUET at
contractor's own cost and must suffice the minimum requirement.

4.1.1 Aggregate: Brick chips

4.1.1.1 Coarse aggregates shall consists of crushed bricks must be made of first class picked
jhama bricks from 3/16'' to 3/4'' with 33% passing 3/8'' sieve unless other wise determined
from laboratory 'Trial Mixes' for the specified ultimate strength of concrete or as directed
by the Engineer in-charge.

4.1.1.2 Khoa (Brick chips)

Khoa made from bricks shall conform to the following requirements: It must be made of first
class and picked jhama bricks.

- Nominal size: The grading shall be within the following limits (for 19 mm downgraded).

Size/Sieves 19 mm 9 mm No. 4 No. 8


% Passing 95-100 25-55 0-10 0-5

Appearance : shall be completely non-plastic and shall be completely free


from all organicand other deterious materials.
Unit weight : unit weight shall not be less than 1100 kg/ cum.
Water absorption : as a percentage of the dry weight shall not exceed 14%.

a) In length not more than 6 mm.


b) In breadth not more than 5 mm

126
c) In height not more than 1.5 mm

Unit weight of bricks shall be 1100 kg/ cum

a) Halved bricks mean of 12 bricks: 28 MPa (4000 psi)


b) Minimum for individual bricks: 21.1 MPa (3000 psi)

Range of efflorescence for a first class bricks shall be slight to nil.

4.1.2 Aggregate: Sand

Should conform to the following requirements and BDS 243: 1963, ASTMC 40-92, C 87-
83(1990)

- Organic materials content shall not exceed 5%


- Silt and other fine materials content shall not exceed 6%
- the grading shall be within the range

Sieves No. 8 No. 16 No. 30 No. 50 No. 100


% Passing 100-92 74-90 45-74 30-50 0-6

- the fineness modulus of sand shall be :

Type of works Minimum F.M


Concrete 1.8
Mortar Filling sand 1.5
0.8

4.1.2.1 Fine aggregate shall have combined fineness modulus of not less than 2.5. Proportion of
coarse sand and local sand to attain F.M 2.5 for all RCC works shall be as specified by the
Engineer-in- charge.

4.1.2.2 Fine aggregate shall be free from organic and in-organic impurities. If necessary it shall be
screened and washed in clean water immediately before use.

4.2 Cement

4.2.1 Specification of Portland Cement BS 12 or ASTM C-150 BDS 232 1993 BDS 612 BNBC
2.4.7. 5.2.1 BDS 232 or its equivalent must conform to the following requirements.

- Water for normal consistency : 26% - 33%


- Fineness. : 280 Sq.m /Kg. (By Air permeability method)

a) Initial setting time : Not less than 45 minutes.


b) Final setting time : Not more than 8 hours.

- Compressive strength (standard mortar Cube 50 mm size)

a) 3 days = 13 MN/sq.m (1800 Psi)


b) 7 days = 19 MN/Sq.m. (2800 Psi)

127
c) 28 days = 29 MN/ Sq.m. (4000 Psi)
- Tensile strength (standard mortar
briquette)
a) 3 days = 1.00 MN/Sq.m. (150 Psi)
b) 7 days = 1.9 MN/Sq.m. (275 Psi)
c) 28 days = 2.4 MN/Sq.m (360 Psi)

4.2.2 No cement shall be allowed for casting before test result obtained from the BUET laboratory.
For major casting the name of the brand to be mentioned for which the test result confirm so
required.

4.3 Water

4.3.1 Water used in mixing concrete shall be clean and free form soil, acid, alkali, salt, organic
materials or other substances that may be deterious to concrete or steel. Mortar cubes
made with non-potable mixing water shall have 7 days and 28 days strength equal to the
strength of similar specimens made with potable water.

4.4 Reinforcing steel

4.4.1 Mild steel reinforcing bar shall be structural grade plain or deformed bar specified as per
ASTM A615 or BDS 1313 and shall meet the following strength test requirements.

Mild steel plain and Mild strength Deformed


Properties
deformed bar bar
Minimum yield strength 2800 kg/Cm² (276 mpa) 4200 Kg/ Cm² (415 mpa)
Minimum Ultimate tensile strength. 4000 Kg/ Cm² 6000 Kg/ Cm²
Minimum Elongation in
200 mm (8'') up to 18 mm dia 24% 11%
20 mm to 22 mm dia 23% 10%
25 mm dia 22% 9%
30 mm dia 20% 7%
Bend test All sizes 180 Bend 90 Bend
Dia, of pin around which the specimen d=4t Up to 16 mm d=4t
is bentand dia of Specimen bar 18-25 mm d=5t
30 mm d= 6t
Dimensional requirements for deformed
bar both mild steel and high strength.
Bar size dia Weight kg/m X-area Cm²
6 mm 0.222 0.283
8 mm 0.395 0.503

4.4.2 Reinforcement shall be of rolled steel bars manufactured from billets and not from scraps.
The contractor shall arrange for weighment of steel at his cost to satisfy himself. Prior to
use, the contractor shall be responsible to see that reinforcement is free from pitting, loose
rust, mill scale, paint, oil, grease, dhering earth or any other materials that may impair the
bond between the concrete and the reinforcement or that may cause corrosion of the
reinforcement or disintegration of the concrete. Adhering lime wash or cement grout may be
permitted.One certificate from the manufacturers that the MS bar is properly manufactured
from billet bars is to be supplied by the contractors during the delivery of MS rod at the site.
Frog mark in every metre must showing company and grade as per ASTM.

128
4.5 Concrete mix

4.5.1 In order to obtain economical or practical proportion of materials and workability producing
the average strength in compression concrete mix shall be designed by the contractor by
trial mixes to be prepared and tested under the supervision and direction of the Engineer
in-charge.

4.5.2 Concrete trial mixes having proportion and consistency suitable for the work shall be made
using at least the different water cement ratios which will produce a range of strength
encompassing these required for the work.

4.5.3 These tests shall be made in accordance with the procedure given in the Appendix to
RECOMMENDED PRACTICE' For each water-cement ratio at least 3 (three) specimen for
each age to be tested shall be made and cured in accordance with method of making and
curing concrete compression and flexural Test Specimen in the Laboratory 9ASTM C-192
and tested for strength of method concrete Cylinder 9ASTM C-39.

4.5.4 The strength tests shall be made of 28 days. A cylinder crushing strength shall be
established showing the relationship between water cement ratio and compressive strength.
The maximum permissible water-cement ratio and the leanest mix for the concrete to be
used in the structure shall be that shown by the cylinder to produce of average strength 25
percent greater than the specified strength hereinafter stated.

4.5.5 Where different materials or proportion are to be used for different portions of the work each
combination shall be evaluated separately.

4.5.6 If test results from samples taken during the execution of the work, fall below the average
required strength, the Engineer -in-charge may order to replace these members without
compensation.

4.5.7 Cost of design of concrete mix materials required for this purpose and all testing shall be
borne by the contractor.

4.6 Mixingof concrete

4.6.1 Weigh mixing plant must be used in mixing complete. No concrete mixed other than weigh-
mixing plant shall be allowed to be allowed to be used. Every batch shall be prepared in
accordance with the specification and shall be subject to rejection by the Engineer-in-charge
if not conforming to specification or if otherwise unsatisfactory.

4.6.2 Containers for measuring aggregates, sand, water, cement and additives, if used, shall be
approved by the Engineer-in-charge.

4.6.3 Every batch shall be mixed until a uniform consistency of the mixture is obtained. The entire
contents of the mixing drum shall be cleaned at regular intervals. The volume of concrete
mixed with each batch shall not exceed the manufactures rated capacity. Remixing of
concrete is not permitted and any concrete mixed and not used within 30 minutes mix be
discarded. Mixes which have been taken initial set must also be discarded. The maximum
water cement ratio permitted shall not exceed 0.38 or 6 gallons of water per bag cement of

129
1cwt.

4.7 Admixtures to concrete

4.7.1 Admixtures to concrete as wetting, curing and accelerating agents may be used with the
written approval of the Engineer-in-charge.

4.8 Depositing of concrete

4.8.1 No depositing of concrete shall be done before reinforcement and forms have been
inspected and approved by the Engineer-in-charge.

4.8.2 Before concrete is placed, all equipment for mixing and transporting the concrete shall be
cleaned, all debris shall be removed from the space to be occupied by the cleaned all debris
shall be removed from the space to be occupied by the concrete forms shall be thoroughly
wetted or sealed, masonry filler units that will be in contact with concrete shall be dense and
the reinforcement shall be thoroughly cleaned of distortions coating. Water shall be removed
from the place of deposit before concrete is placed.

4.8.3 Concrete shall be transferred from mixer to place of final deposit as readily as practical by
methods which prevent separation of the ingredients and displacement of reinforcement and
which avoid rehanding. Deposit no partially hardened concrete.

4.8.4 Concrete shall be deposited continuously in layers of such thickness that on concrete will be
deposited on concrete which has hardened sufficiently to cause the formation of seams and
planes or weakness the section.

4.8.5 In order to secure full bond at construction joints, the surface of the concrete already placed,
including vertical and inclined surfaces, shall be thoroughly cleaned of foreign materials and
laitance and slightly roughened. Shortly before the new concrete is deposited the joints shall
be saturated with water. After free water disappears, the joints shall be given a thorough
coating of neat cement slurry to the consistency of a heavy paste. New concrete shall be
deposited before the neat cement dries.

4.8.6 Where concrete is to be deposited within masonry, the masonry shall be used as formwork
and concrete shall be placed and adequate compacted within this shell. Masonry work to be
braced during placement and compaction to avoid a breaking of bond between mortar and
bricks. Surface of previously cast concrete shall be treated specified in section 8.5 of these
specifications.

4.9 Compacting of concrete

4.9.1 No concrete shall be dropped from a vertical height of more than 5'-0''. All concrete during
and immediately after depositing shall be thoroughly compacted by means of internal type
mechanical vibrators.

4.9.2 Within 10 minutes after placing concrete shall be worked under and around the reinforcing
bars and into corners of forms with the use of vibrators or proper rodding and tamping.
Concrete shall be poured and compacted in presence of supervising Engineer or his staff
and as directed.

130
4.9.3 The concreting shall be carried at such a rate that concrete is all times plastic and flows
readily into all the spaces between the rates and formwork.

4.10 Joints

4.10.1 Definition: Joints caused by stopping of casting are construction joints. Joints necessary to
separate structures or to provide for expansion and construction are structural or expansion
joints.

4.10.2 Construction joints: Location, number and distance between construction joints to be
determined by contractor and to be checked and approved in writing by the Engineer-in-
charge. Concrete placement between construction joints shall be without interruption and as
rapidly as possible. Provide a key and continue all reinforcement through the construction
joint into the adjacent concrete. Before concrete is placed in the area adjacent to an already
cast area, the existing joint surface must be cleaned and thoroughly wetted.

4.10.3 Structural or expansion joints shall be carried out in accordance with the Architectural and
structural detailing.

4.11 Curing

4.11.1 Concrete shall be maintained continuously moist for 21(twenty one) days after casting.

4.12 Embedment of pipes and other inserts

4.12.1 The contractor shall co-ordinate with all mechanical trades, the placement of pipes and
other installations and to provide the necessary openings in the concrete slabs and not to
cast concrete before placement of pipes and other installations are approved by the
Engineer-in-charge.

4.12.2 The piping shall be so fabricated and installed that it will not require any cutting, bending or
displacement of the reinforcement from its proper location.

4.13 Finishingof concrete

4.13.1 Finishing of concrete shall be according to finish schedule shown on the drawing protect
fresh concrete slabs from rain or from men walking over it.

4.13.2 Steel trowel finish for exposed floor slabs and roof slabs without lime concrete.

4.13.3 Wooden float finish for all slabs to receive time concrete and brick paving

4.13.4 Broom finish for all slabs to receive artificial stone and tile flooring.

4.13.5 All other concrete exposed to view shall be as-cast finish and shall not be rubbed or
repaired without the agreement and direction of the Engineer-in-charge.

4.13.6 Appearance of 'as-cast' concrete: Formwork design shall conform to the drawing and
concrete shall be free from honeycomb. A full size nock up, or a small pre-selected and
approved part of the structure, shall be poured as a sample for each type of beam, beam
intersection and slab and the sample shall meet the approval of the Engineer-in-charge
before the contractor proceeds with the work. All form including column, beam etc.

131
4.14 Formwork

Formwork of all RCC work may be any shape round square, rectangular, circular,
semicircular or any other shape, arch, ornamental works, for which no extra claim will be
entertained. Before any Major casting, approval on the formwork is to be taken from the
Engineer-in-charge/Design Engineer and a better consent in this respect is to be given by
contractor during the signing of contract.

DESIGN OF FORM WORK

Design of steel/timber forms shall have to be prepared considering the following factors.

# As-cast finish
# Rate and method of placing concrete
# Loads including live, dead, lateral and impact load
# Selection of materials and stresses
# Deflection, camber, eccentricity and uplift
# Shore splices
# Horizontal and diagonal shore bracing
# Loads on ground or a previously placed structures

4.14.1 For sheet, the centering for RCC Work shall be made steel conforms true to the shape
limits, lines and dimensions as shown in the drawing. Joints in form shall be smooth and
water tight. Forms shall be supported or fixed by wedges or similar means so that it can be
removed without hammering, knocking or prying, steel shutters subject to deformation and
warping shall not be used in form works. In all cases surface of contact of form work with
concrete shall conform to true plane.

4.14.2 The inside of all forms (except otherwise directed) shall be coated with oil. The oil used must
be non- stating and have no adverse effect on paint or any other finish. Form oil must be
applied before the reinforcement is placed. All forms shall be sufficiently watertight and shall
be supported strongly be adjustable steel props with adequate shores. No timber shuttering
and bamboo props will be allowed formworks must be got approved better laying in places
bracing and bearing bases, etc. Forms must not yield or buckle under weight of concrete,
materials and men working on it.

4.14.3 No concrete shall be poured in or on forms, until approved by the Engineer-in-charge. The
Engineer - in-charge shall have the right to condemn unsafe or incorrectly built forms and
direct their replacement at the cost of the contractor. The contractor is solely responsible for
quality and workmanship as well as safety of structures, men and materials those will be
supported on formwork.

4.14.4 Steel forms are to be smooth finish on surface as indicated on the drawings or instructed by
the Engineer-in-charge.

4.14.5 Forms shall not remove without prior permission of the Engineer-in-charge. Contractor is
responsible for any injury done to the structures during removal of form.

4.14.6 All forms shall be cleaned before reuse. All surfaces to be in contact with concrete shall be

132
repaired of any damage and all nails withdrawn.

4.14.7 Design of formwork: Design of formwork shall include consideration of the following factors:

# As-cast finish
# Rate and method of placing concrete
# Loads including live, dead, lateral and impact load
# Selection of materials and stresses
# Deflection, camber, eccentricity and uplift
# Shore splices
# Horizontal and diagonal shore bracing
# Loads on ground or a previously placed structures

4.15 Removal of forms

4.15.1 No construction loads exceeding the structural design loads shall be supported upon any
unshored portion of the structure under construction. No construction load shall be
supported upon not any shoring removed from any part of the structure under construction
until that portion of the structure has attained sufficient strength to support safely its weight
and the loads placed there on. This strength may be demonstrated by job cured test
specimens and by a structural analysis considering the proposed loads in relation to these
test strengths. Such analysis and test data shall be furnished by contractor to the Engineer-
in-charge.

4.15.2 Forms shall be removed in such a manner as to insure the complete safety of the structure.
Where to structure as a whole is adequate supported on shores, the vertical sides of beams
girders and columns and similar vertical forms may be removed after 48 hours provided that
the concrete is sufficiently strength not be injured there by and that care is taken not to
injure, chip off or otherwise deface the concrete.

4.16 Schedule of stripping time for formwork

Member Time
Side of columns, beams, pedestals, footing 2 days
Bottom of slabs. 15 days
Bottom of beams and girders 21 days

4.17 Concrete strength

4.17.1 Concrete cylinder strength shall confirm the strength specified in drawings and in the
schedule of items.

4.17.2 The following slumps shall be used for different members.

Minimum Maximum
# Foundation, Footing, Pedestal 1 inch 2 inches
# Grade beams 1 inch 2.5 inches
# Columns, beams and lintels 1 inch 2.5 inches
# Flat slabs 1 inch 2.5 inches
# Parapets and Railing 1.5 inch 3 inches

133
4.18 Reinforcements

4.18.1 Reinforcement free of loose scales or rust shall be accurately fabricated to the dimensions
and positions indicated in drawings and as directed. Reinforcement shall be carefully
positioned and spaced against displacements by tying with soft iron No 26 gauge black wire
and shall be supported in position concrete blocks. M.S. chairs, spacers or hangers keeping
clearance with the forms as shown in drawings or as directed. Unless otherwise indicated in
the drawings or specified hooks, radius of bends, stirrups and cranks shall satisfy the
requirement of latest ''ACI Building Code''

4.18.2 Laps in the position of maximum shear stressed will as far as practicable be avoided unless
otherwise specified. Laps shall be provided meeting the requirements of latest ACI Building
Code version 2002 for splices. : Laps in reinforcement are subject to the approval of the
Engineer-in- charge.

4.18.3 Covering from all concrete members, minimum and maximum spacing of reinforcement,
standard hooks, bends and cranks and their locations shall conform to (Unless otherwise
mentioned) Latest ACI Building Code or following the drawing.

4.19 Tests

4.19.1 Following tests shall be carried out by the contractor at his own expense in a testing
Laboratory selected by the Engineer-in-charge to establish the basis of design.

# Test of cement for conformance with specification


# Aggregates for conformance with specification
# Ultimate cylinder strength of concrete of 7 and 28 days as per ASTM
# Slump test as per ASTMC-143

Materials and design mix samples shall be submitted to the testing Laboratory at well in
advance of proposed first use in the structure.

4.19.2 During the course of the work the following cheek tests shall be made in the Testing
Laboratory as per ASTM to assure compatibility with the originally approved mix.

# 6'' diameter X 12'' high cylinder test: 3 for each days major casting or per 4,000 Cft
concrete, whichever is less.

# Slump test: Minimum of one per each 30 batches of concrete mixes or per 200 Cft
concretewhichever is less.

Such tests shall also be at the expense of the contractor.

4.19.3 The contractor shall co-operate with the Engineer-in-charge and the Laboratory in the taking
and curing of all samples for the tests and shall provide the materials to be tested at the cost
of contractor.

4.19.4 The Engineer -in-charge reserves the right to make load tests or any other tests if there is a
reasonable doubt by the Engineer-in-charge as to conformance of the concrete work with

134
the requirements of the contract documents.

The cost of any such test shall be borne by the Contractor if the test shows the
workmanship or material not to be in accordance with the provisions of the contract
documents.

4.19.5 If the tests show the workmanship of materials not be in accordance with the provisions of
the contract documents. The Contractor shall be required to remove and reconstruct any
such defective work at his own expense.

4.19.6 Use of concrete mixing plant must be binding upon the contractor.

SECTION -3(A)

5. Masonry work

5.1 Brick

5.1.1 Bricks work of walls, piers, Admin Buildings and paving.

5.1.2 Bricks for the exposed faces of all exterior and interior exposed bricks work of walls and
piers in building having template laid recessed joints, where shown on drawings, shall be 3,
10 or 17 hole machine made. well burnt ceramic brick of uniform colour, verification and
size: 9.5'' x 2.25''

5.1.3 Bricks for all exterior and interior exposed brick work of walls and piers in buildings having
flush/ ruled pointing where shown on drawings, shall be hand picked, pug-mill moulded,
trench-kiln burnt first class bricks of uniform colour verification and size: 9.5'' x 4.5'' x 2.75''.

5.1.4 Bricks for the exposed course of all bricks pavement in the buildings including stair treads
and risers, when shown on drawings, shall be 3, 10 or 17 hole machine made, oil burnt
ceramic brick of uniform colour verification and size: 9.5''x4.5'' x 2.75''

5.1.5 Bricks for exposed course of all external brick pavement where shown on drawings shall be
machine made first class klinker pavement brick in 8'' x 4"x 2'' size.

5.1.6 Bricks for exposed brickwork shall have true and square corners and shall be free from
cracks or other structural defects.

5.1.7 The bricks proposed to be used in the exposed work shall be handpicked and stacked
separately according to use at least one day before use. Only after the stacks are approved
by the Engineer in-charge the bricks are used for exposed work.

5.1.8 Unexposed brick work

Bricks for foundation walls, footings, soling and all other unexposed brick work as shown in
drawings shall be pug mill moulded. Trench-kiln burnt first class bricks of uniform verification
and free from cracks or structural defects in size. 9.5''x4.5''x2.75''

5.2 Mortar materials

135
5.2.1 Portland cement shall conform to ASTM specification C-150, Type 1 or for Portland cement
(ordinary) No. 12.1947 as amended to date.

5.2.2 Sand for use in measuring mortar shall have fineness modulus 1.6 plus/minus O.10. It shall
be free from injurious organic and inorganic impurities.

5.2.3 Water shall be clean and free from oils, acids, alkalis or other injurious materials.

5.3 Delivery and storage

All materials shall be delivered, stored and handled so as to protect them from wetting,
staining, chipping or any other damage. Store cement and similar perishable materials in
watertight sheds on floors with suitable dunnage as approved by the Engineer-in-charge.

5.4 Testing and inspection

5.4.1 Following test shall be carried out by the contractor at his own expense in a testing
laboratory selected by the Engineer in-charge to establish the basic mix of mortar.

5.4.2 Test of cement for conformance with specification.

5.4.3 Test of sand for conformance with specification.

5.4.4 Test of mortar Type for conformance with ASTM C-270 (Water retention and compressive
strength test) Materials shall be submitted to the Testing Laboratory well in advance of
proposed first use in the structure.

5.4.5 During the course of work, the testing laboratory shall make check test of mortar as per
foregoing Sub-paragraph 4.1.3 to assure compatibility with the originally approved mix. Such
test shall also be at the expense of the Contractor and be performed at random when
directed by the Engineer-in-charge.

5.4.6 Failure of any test to meet the specified strengths will result in rejection of work from which
sample was taken and contractor will be required to remove and reconstruct any such
condemned work at his own expense.

5.5 Sample panels

5.5.1 Erect at the job site samples of brickwork as shown in drawings. Upon approval execute
masonry as per sample.

5.6 Mortar

5.6.1 General

5.6.1.1 The method of measuring materials shall be such that the specified proportions of the
materials can be controlled and accurately maintained. Shovel measurement will not be
allowed. The size of the measuring boxes used shall be such that an integral number of
measures shall give the stated mix.

5.6.1.2 All combination materials and aggregate shall be mixed with the proper amount of water

136
add to produce a workable consistency.

5.6.1.3 Mortar which was began to set or is not used within 1-1/2 hours after initial mixing shall be
discarded. Mortar which has stiffened due to evaporation within the 1-1/2 hour’s period
may be retempered once (only) to restore its workability.

5.6.2 Mortar Mix

Mortar proportions by volume for all type of brickwork and brick paving shall be as specified
in the schedule of items of works.

5.7 Brick walls and piers

5.7.1 All masonry work shall be laid by skilled workmen with adequate supervision and shall be
laid true to lines and levels with joints of uniform thickness all surfaces true and corner
straight and plumb.

5.7.2 Before use brick shall be cleaned and if necessary scrubbed. Then they shall be soaked in
clean water for at least 8 hours. Soaking shall be discontinued 2 hours before use.

5.7.3 Soaked bricks placed in full mortar bed with vertical and horizontal joints completely filled
and laid without slushing. The bond shall be as indicated on drawings. Unless otherwise
specified vertical joints in alternate course shall come directly over one another.

5.7.4 Lay exposed brick in courses accurately spaced by means of wooden template of 1.5'' X 4''
batten 30'' long having a longitudinal Tongue 0.25'' X 0.25''. The Tongue shall be perfectly
straight and true. The thickness of bed joints shall be 0.25''. The thickness of the vertical
joints shall be as small as possible but not exceed 1/8''. The recess of 0.25'' in joints on the
pointed face shall be carefully preserved.

5.7.5 Keep cavity all spaces free of mortar drippings by a suitable means.

5.7.6 Provide weep holes in the exterior 5'' wall (skin walls) of the cavity walls by omitting mortar
from every 4th vertical joints in the course immediately above to ''Through- wall-flashing''
(D.P.C) unless otherwise shown on drawings or instructed by the Engineer in-charge.

5.7.7 Care shall be taken that expose bricks are not stained as the work proceeds. No rubbing of
the faces will be allowed to remove smears and stains.

5.7.8 As the work progresses, set all anchors, hold-fasts, sub-frames and other items of the
various trades required to be built-in with the masonry. No cutting and patching of completed
masonry work will be permitted except as approved by the Engineer in-charge. Hold-fasts
and similar fixtures shall be built in surrounding brickwork in 1:3 cement mortars without
disturbing the joint pattern.

5.7.9 Flush Pointing: During brick laying the joints on the exposed surface shall be carefully
racked to a depth of 3/8 inch to 1/2 inch pointing shall follow after the masonry' as cured for
one week. Masonry surface and joints shall first be thoroughly scrubbed and cleaned with
clean water. When the wall surface is dry, pointing mortar with a cement sand ratio of 1:2
shall be applied with small steel trowels to fill the joints. Extreme care shall be taken that the
mortar does not spread over the edges of the brick. The mortar shall be compacted by

137
pressing the trowel hard against the joint and finished by drawing the trowel with a steady,
firm tangential motion over the surface. The mortar consistency shall be neither too loan but
must be of a consistency to take a polish at the time of finishing. The surface of the finished
mortar shall be finish with the brick surface and shall not be ruled.

5.7.10 Ruled Pointing: The process shall be same as above with cement mortar of 1:2 proportion
laid carefully and finished with steel template without spilling mortar on brick surface. The
groove of pointing should be straight of uniform thickness all through as shown in the
drawing.

5.7.11 All masonry shall receive at least seven days of moist curing such curing shall be provided
by frequent spraying of water after the first 24 hours of setting.

5.7.12 Provide complete protection against breakage, staining and weather damage to
masonry.Masonry, when not roofed over shall positively be protected with no staining
waterproofcoverings. Properly wetted whenever masons are not working on the walls.

5.8 Brick pavings

5.8.1 Two layer brick paving on sand fill sub-grade.

5.8.1.1 Brick paving shall be installed in two layers as shown in drawing on sand fill sub-grade
prepared as specified in Section 10-FILLING & GRADING. If the sub-grade is dry it shall
be lightly moistened before commencing the lying of paving.

5.8.1.2 A layer of slightly over burnt pug-mill moulded first class brick shall be laid as shown on
drawing in transverse direction with the topping layer. The joints shall not be more than
0.25'' thick and shall be solidly filled to the full depth by cement sand mortar (1:4). It shall
receive at least 7 days moist curing.

5.8.1.3 Next a layer of machine made ceramic brick or klinker pavement brick as the case may be,
shall be laid as per drawing in a full bed of cement sand mortar (1:4). The joints shall not
be more than 0.25'' thick and shall be solidly filled to the full depth by cement and sand
mortar (1:4.). It shall receive at least 7 (seven) days moist curing.

5.9 Cleaning

5.9.1 At completion of work all exposed brick walls and piers shall be thoroughly cleaned with
clean water using stiff fibre brushes.

5.9.2 This should be followed by an application of Turmeric acid solution in consultation as


approved by Engineer in-charge. After a week of this application, the surface shall again be
thoroughly washedwithclean water.

SECTION – 4(A)

6. Miscellaneous metal

6.1 General requirements

6.1.1 The work of this section consists of furnishing unless otherwise mentioned and installing all
miscellaneous metal work shown on drawings and specifically required to be provided under

138
other sections of the specification.

6.1.2 All materials shall be new stock, free from defects impairing strength durability of
appearance and of best commercial quality for the purpose specified.

6.1.3 All anchors, bolts and other parts required for securing each item of work to them
construction shall be included.

6.1.4 The contractor shall take and verify all measurements at the building as may be necessary
or required. He shall be responsible for all field dimensions, all fittings and the proper
attachment of all work included herein.

6.2 Materials

6.2.1 All structural shapes including beams, channels, angles, plates and rivets shall confirm to
the latest revision of ASTM standard specification of structural steel for building.

6.2.2 Brass shall be Rod Brass conforming to ASTM specifications Designation B36 amended.

6.3 Shop coatings

6.3.1 All work shall be as detailed and except for galvanized metal, brass or bronze, be furnished
to the site with one shop coat of red lead oxide unless otherwise required by the Engineer-
in-charge.

6.3.2 Before painting, all rust, loose mill scales, dirt, weld flux, weld spatter and other foreign
materials shall be removed with wire brush or steel scrapers. All greased and oil shall be
removed by solvent recommended by paint of manufacturer. Surfaces shall be dry when
painted.

6.3.3 Dissimilar metals shall be insulated from each other with one heavy coat of asphalt paint on
contact surfaces in addition to the shop coat specified above.

6.3.4 Paint shall be thoroughly and evenly applied and shall be well worked into corners and joints
taking care to avoid sags and runs. Bolts which are to remain permanently in the work shall
be dipped in paint to cover the entire bolt.

6.3.5 Omit paint from surfaces to be embedded in concrete or masonry. Also omit paint from
surfaces to be welded in the field, except where the primer used can be conclusively shown
to have no adverse effect on the weld.

6.4 Erection

6.4.1 All materials shall be carefully handled and stacked to prevent deformation and damage.
Care shall be taken to prevent damage to the shop coat of paint and to prevent the
accumulation ofmud, dirt, or other foreign matter on the metal work. All connections which
will be exposed shall be welded and ground smooth unless otherwise shown.

6.4.2 All anchorage and other members to be set in concrete or masonry shall be built in as the
work progresses. Later cutting or drilling shall be avoided as far as is practicable.

6.4.3 After erection, retouch all portions of the shop coat chipped or damaged during erection and

139
all field welds and connection with the same paint used for the shop coat.

6.4.4 Welded field connections in galvanized work shall be hot zinc, coated in the field with Gal
alloy galvanizing, compound or approved equal applied in accordance with manufacture's
directions.

6.5 Steel rolling door

6.5.1 Steel Rolling Doors shall be fabricated as detailed in the drawings. All anchorage's hold-
fasts and fittings shall be heavy duty type and properly secured. Erection shall be truly
plumb and level to ensure smooth running. Rollers shall be adequately lubricated after
erection. Shutters and frames shall have finish and colour as selected by the Engineer-in-
charge.

6.6 Steel window and grills

6.6.1 Grills shall be M.S. materials as detailed in the drawings.

6.6.2 Fabrication shall be truly rectangular and joints shall be neat and clean and free of welding
fluxes. Allblisters and welding joints shall be filled plane erection.

6.6.3 Steel window and grills shall have finish and colour as approved by the Engineer in-charge.

SECTION- 5(A)

7. Wood work

7.1 General requirements

7.1.1 The work of this section consists of furnishing and installing all rough and finishes
woodwork, including door, window opening frames and all partition wall, case and
cabinetwork shown on the drawings and specified herein

7.1.2 Woodwork shall be performed by skilled carpenters adequately equipped with tools
and machinery required for the type of work shown.

7.2 Materials

7.2.1 Rough hardware

7.2.1.1 Include in the scope of work of this section all nails, screws, hold-fasts and other similar
rough hardware items required for assembling and securing woodwork. Straps and hold-
fasts shall receive one coat red lead primer; omit paint from surfaces embedded in mortar
and concrete.

7.2.2 Timber

7.2.2.1 Timber logs before reduction sizes shall have to receive inspection and approval of the
Engineer- in-charge. No log producing timber of cross section less than 18'' X 18'' shall be
used. Small pieces of the logs shall be prepared for inspection of the Engineer-in-charge
to see the grain and colour of the timber.

140
7.2.2.2 The timber shall be of species, class and origin as specified in the drawing and schedule
of items of works shall be straight, grained free from knots, cracks and other defects, All
timber must be mechanically seasoned and a certificate of mechanical seasoning from the
competent seasoning plant is to be incorporated/ supplied by the contractor during the
delivery of timber at site.

7.2.2.3 Timber for mailers and sub-frames in brick walls, blocking and other unexposed work shall
be well seasoned nature hard wood of approved quality.

7.2.2.4 All timber for exposed work shall be as specified in the schedule of items of works or as
approved by the Engineer-in-charge.

7.3 Samples

7.3.1 Samples of finished doors, windows, partitions, cabinets, etc. and of any other item required
shall be submitted to the Engineer-in-charge for approval of workmanship and finishing
before fabrication of other similar items are started.

7.4 General construction

7.4.1 All woodwork shall be neatly fabricated and finished as detailed and to the exact dimensions
require.

7.4.2 Unless otherwise detailed all joints shall be simpletenon and mortise joints. All mortise and
tenon joints or scarf joints shall fit truly and fully without filling materials and shall be glued
with plastic glue.

7.4.3 All nails in finished work shall be nailed wherever possible and surface nails shall be set
slightly below the surface with a nail punch. No exposed wooden pins will be allowed.

7.4.4 Finishing of the work shall be done by rubbing with sand paper of coarseness in the
sequences of No. (2), No (1) No, (0) and No. (00). this shall be followed by hand rubbing
with wooden peg.

7.5 Installation

7.5.1 All work shall be installed true, level close jointed and neatly scribed to adjoining surfaces.

7.5.2 All work shall be sand papered at field points and where required by installation.

7.5.3 The frames shall be perfectly level and plumb and the corners shall be perfectly at right
angles.The angles of the rebates shall also be perfectly square. The depth of the rebates
shall be 1/6''more than the thickness of the doors received by them. The doors shall be 1/4''
clear from the finished floor level or from the sill.

7.5.4 After doors have been fitted, painter shall be removing them to permit sealing of top and
bottom edges by painter. They shall then be re hung and left in proper working condition,
without binding, sticking or wrapping.

7.5.5 Install all finish hardwares and accessories specified to be furnished and delivered to the
site under Section 8A of FINISH HARDWARE AND ACCESSRIES. All items shall be
carefully fitted and adjusted. Before charge shall go over the entire project and check that

141
each item of finish hardware and accessories are undamaged and in perfect operating
condition and that the proper key for each lock is identified and delivered.

7.6 Back painting

7.6.1 All mailers and blocking set in or against masonry and concrete shall be given a brush coat
of earth oil on all sides prior to installation.

7.6.2 Finish woodwork shall be sealed prior to installation on the back and all surfaces. Which will
be concealed after erection as specified in Section 90 of PAINTING.

7.7 Completion

7.7.1 At completion of work under this section, the contractor shall with the Engineer-in-charge
inspect all portions of the woodwork. The contractor shall make any required adjustments or
corrections to the work, leaving all operable portions in perfect operating conditions, all
jointing adjacent materials tight and all surfaceswithoutblemishes. Any defects or damaged
work shall be corrected.

SECTION- 6(A)

8. Damp-proofing, flashing and sealants

8.1 Damp-proofing under slabs on grade

8.1.1 All slabs on grade shall have a damp-proofing course of one layer PVC transparent sheet,
0.05 mm thick underneath as detailed in the drawings.

8.1.2 PVC sheets shall be laid on interstices filled brick soling over lapping each other by at least
6''. It shall be raised at all edges up to a height approximately equal to the slab thickness
and shall be placed behind the flashing overlap as detailed in the drawings.

8.2 Flashing (DPC)

8.2.1 Flashing shall consist of 0.3 mm transparent P.V.C sheet.

8.2.2 Furnish and install flashing in interior and exterior brick walls at plinth level and wherever
drawings call for ''thru wall flushing''.

8.2.3 Flashing shall be laid in between two 0.25'' layers of cement sand mortar in 1.4 proportions
as per drawings. Laps shall not be less than 6 inches and shall be joined together using.
''Aica Aibon'' or approved equal adhesive.

8.2.4 Flashing shall be held back at least 0.25'' inch from the outer face of the brick. At plinth level,
the finishing shall hang vertically equal to floor slab thickness in the interior side as detailed
in drawings. Greatest care shall be given not to stain any portion of the exposed work.

8.3 Sealants

8.3.1 Sealing of exterior side of door and window frames.

8.3.1.1 Furnish and install sealants wherever shown on drawings. All sealants shall be as

142
approved by the Engineer-in-charge.

8.3.1.2 Surfaces to be sealed shall be clean, dry, and free from dust, oil, grease, loose mortar or
other foreign matter. All beds shall be tooted immediately to insure firm full contact with
inner faces of joint. Excess materials and smears shall be removed as the work
progresses.

8.3.2 Expansion joint at floor

8.3.2.1 3/16'' mild steel sheet of required size shall be placed over expansion gaps in floor as
detailed in drawings.

8.3.2.2 The M.S. sheet shall be fixed in position with the help of 1.5'' wood screws and hard
wooden blocks anchored in floor @ 12'' c/c as detailed in architectural drawings.

8.3.3 Expansion Joint at Roof slab

8.3.3.1 The expansion gap in flat roof slab shall be converted R.C,C cast-in-situ cover slab of
thickness and proportion as mentioned in drawing using 3/8'' downgraded stone shingles
or Jhama chips over the following layers.

8.3.3.2 Two layers of transparent polythene sheet o.3 mm thick shall be placed over the upturned
edges of the expansion joints as detailed in the drawings.

8.3.3.3 A layer of 16 gauges G.P. sheet of required width shall be placed over the polythene
sheet.

8.3.3.4 The RCC cover shall have steel trowel finish and shall be cured adequately.

SECTION – 6(B)

9. Lime concrete roofing

9.1 Materials

9.1.1 Lime concrete shall be mixed using lime, surki and brick aggregate as herein specified.

9.1.2 Lime shall not contain more than 5 percent of foreign impurities. It shall dissolve in soft
water when this is added in sufficient quantity. Stone lime may be used. Lime shall first be
slaked for 48 hours then strained through a sieve of 64 meshes to the square inch.

9.1.3 Surki shall be made only from well burnt but not vitrified brickbats of class one or two. Surki
made from under-burnt bricks shall not be used. Surki shall be perfectly, free from admixture
of dust, sand or any other particles and shall be ground to such fineness as would pass a
sieve of 64 meshes to the square inch.

9.1.4 Brick aggregate shall be from well burnt but not vitrified bricks and shall be below 1 inch size
Brick aggregate shall be continuously soaked for 2 days before use.

9.2 Mixing

143
9.2.1 The approximate proportions of the mixture shall be 2 parts lime to 2 parts surki to 7 part
brick aggregate.

9.2.2 The lime and surki shall be mixed dry and laid on top of stack of brick aggregates. While
mixing small quantities of water shall be added as required. Once the materials are mixed
the mixture shall be left to temper it for 24 hours, after which it is remixed my spreading,
followed by another spreading after 24 hours. The procedure shall be repeated till the
mixture is ready for laying.

9.3 Installation

9.3.1 The roof deck on which the mixture will be laid shall be cleaned and washed accompanied
by scrubbing if necessary. The mixture shall be laid 1 inch more than the beaten thickness
according to the grades and slopes on the drawings. Before beating commences, grouting
of lime shall be sprinkled on the surface and allowed to soak well.

9.3.2 Beating shall be done by two rows of workers sitting in a row that will traverse the length of
the roof backwards and forwards beating with wooden mallets. Beating shall continue until
the mixture has almost set and the mallets rebound from the surface. Beating shall usually
be continued for 5 or 6 days. Lime water to which molasses are added @ 1/4 seer to a
gallon shall be sprinkled at intervals to keep the lime concrete wet while being beaten. The
surface shall never be allowed to dry. No plaster shall be given to the surface.

9.3.3 Where lime concrete roofing cannot be placed all in one day, terminate each day's work on
a straight line with a 1:2 slope. Joining of new work to previous day's work shall be
accomplished by applying a bounding paste of lime surki mortar 1:1 to the slope before
placing the new lime concrete.

9.3.4 Provide turn-up along parapet as shown. Install and finish in manner similar to decks.

9.3.5 The surface shall be brought to a very fine polish by rubbing with a fine small trowel and to
assist in this fine lime putty may be used sparingly.

9.3.6 Next the work shall be cured for 2 weeks by covering with a 2'' layer of moist earth mixed
with 3% straw or hay. This layer shall be moistened from time to time as required. At
completion of the curing period the layer of earth shall be removed and the entire roof area
swept clean. Greatest care shall be taken not to clog roof drains.

SECTION – 7(A)

10. Glass and glazing

10.1 Glass

10.1.1 All glass shall be sheet glass except otherwise specified or approve quality and shall be of
the following weights/sft for the various sizes mentioned below: -

a) Not exceeding 12''x14'' 21 ozs


b) Not exceeding 24''x24'' 26 ozs
c) Not exceeding 30''x30'' 32 ozs
d) Not exceeding 36''x36'' 3/16'' thick

144
e) Exceeding (d) 0.25'' thick plate glass

10.1.2 All glass shall be free from bubbles, distortion and flaws of every kind.

10.1.3 Each piece of glass shall bear a label indicating the name of manufacturer, the thickness
and type of glass. Level shall remain on glass until final cleaning.

10.2 Samples

10.2.1 Submit sample of following items for Engineer-in-charge approval.

10.2.2 Samples of each type of glass, size 3 inch by 4 inch bearing the name of manufacture,
thickness, type of glass.

10.3 Glazing -general requirements

10.3.1 All glazing work shall be performed in accordance with the typical glazing details shown on
drawings.

10.3.2 Joints and spaces to be sealed shall be thoroughly dry and free from dust or other foreign
materials before glazing.

10.3.3 All glass shall be set with proper clearance recommended by manufacturer at all edges.
Glass with nipped or damaged edges shall not be installed.

10.3.4 Adjacent materials which have been solid shall be cleaned immediately before the sealant
and compound hardens or stains the adjoining surfaces.

10.4 Glazing of wood and metal windows

10.4.1 Apply a thin layer of scalant to fix (inside) stop.

10.4.2 Set glass, taking care to control with equal clearance at jambs between glass and frame.

10.4.3 Press glass firmly into place against scalant.

10.4.4 Lay bead of sealant into space between glass and frame. Apply sufficient sealant so that
when stop is put in place the scalant will be forced between glasses and stop and
completely fill the space between frame glass and stop.

10.4.5 Install outside stop.

10.4.6 Completely fill the remaining space between outside face of glass and stop with sealant.

10.5 Mirrors

10.5.1 Mirrors shall be imported and shall be 0.25'' thick No. 1 quality polished plate glass blue
labelled.

They shall have a silver coating hermetically sealed with uniform coating of electrolytic
copper plating and the copper protected by a coat of mineral oxide, oil base paint. Dressing

145
room mirrors shall be fixed in position in accordance with the architectural detailing.

10.6 Defects and breakage

10.6.1 The contractor shall replace all glass which does not comply with these specifications or
having defects not permitted by the manufacturer's grading rules.

10.6.2 The contractor shall replace all glass which is broken, cracked or chipped by his own men or
due to faulty installation.

10.6.3 The contractor shall replace all glass broken creaked or chipped by any other cause, so that
all glass is in perfect condition at the time of acceptance of the building.

10.7 Cleaning

10.7.1 No glazing shall be considered complete until and unless paints and other stains have been
removed from the surface of the glass. Glass must be cleaned and polished with pads of
damp cloth and then with clean dry soft cloths. It will have to be finally finished with
appropriate glass cleaning fluid and made absolutely free of foreign materials.

SECTION -8A

11. Finishing hardware and accessories

11.1 General requirements

11.1.1 The work under this section consists of furnishing and delivering to the job site all FINISH
HARDWARE AND ACCESSORIES required in accordance with the detail drawings.

11.1.2 All hardware shall be delivered in the manufacture's original packages, complete with all
required fastening and trimmings.

11.1.3 All hardware shall conform to the requirements specified hereinafter. No substitution shall be
made for the sample submitted without the approval of the Engineer-in-charge.

11.1.4 Submit required templates for proper installation.

11.1.5 Hardware furnished under this section is specified to be installed under section 5A

11.2 Samples

11.2.1 Before materials are ordered, the contractor shall submit in duplicate to the Engineer-in-
charge for his approval a complete line of samples. Sample shall be plainly marked giving
the manufacture's numbers, types and sizes. Samples will remain with the Engineer-in-
charge until delivery of all hardware to the project site is complete, then they shall be used in
the work

11.3 Schedules

11.3.1 Two sets of complete lists of all hardware to be furnished under this section shall be
submitted to the Engineer -in-charge for approval. The list shall indicate the manufacture's

146
name and hardware designation, type, size and installation location. Hardware shall not be
ordered until the list has been approved.

11.4 Finish and material

11.4.1 All finish and material shall be as approved by the Engineer-in-charge.

11.5 Fastenings

11.5.1 All hardware shall be supplied with screws, bolts, nuts and other fastenings for attaching
hardware. These shall be of the same finish as the material which they attach and shall be
of types standard with the manufacturer.

11.6 Receiving and storing

11.6.1 The contractor shall provide adequate locked storage space, lost or damaged hardware
shall be replaced at no cost to the Engineer-in-charge.

11.7 Butts and hinges

11.7.1 Butts, Hinges shall be steel or best quality as available in the market for al doors and
windows.

11.7.2 The size and numbers of the butts and hinges shall be as detailed in the drawings.

11.8 Lock sets

11.8.1 All locksets shall be the mortise type and shall be building with an extra heavy internal
spring to ensure non-sagging of lever handles.

11.8.2 Strikes shall have extended lips where required to protect firm from being marred by latch
bolt. All cylinders shall have at least five pins.

11.8.3 All keying shall be as directed by the Engineer-in-charge. Furnish two keys per lock. All
locks shall be furnished with a construction key cylinder system. All permanent keys shall be
turned over the Engineer-in-charge at the time of completion and discontinuance of the
construction.

SECTION – 9(A)

12. Artificial patent stone flooring

12.1 Materials shall be as follows:

Cement Portland cement conforming to ASTM Specification


0150 Type I and II
Sand Clean of minimum fineness modulus of 1.80
Coarse Aggregate Clean twice washed 3/8'' downgraded stone/ Pea
gravel orpicked jhama chips as specified.

Submit samples of sand and coarse aggregates to Engineer in-charge for approval.

147
12.2 Before proceeding with the work a sample panel of flooring as specified shall be prepared
for approval by the Engineer in-charge.

12.3 The sub floors over which the artificial stone flooring will be laid shall be thoroughly placed
and washed clean of laitance dust, dirt and other foreign matter to the satisfaction of the
Engineer in- charge.

12.4 Following the preparatory work, the slabs shall be thoroughly wetted with clean water by
pounding at least ever right prior to the application of the flooring. All excess water shall be
removed ahead of the application of the bonding slurry so that the concrete surface is
uniformly damp but not glistering wet.

12.5 A creamy bonding slurry of neat cement shall be applied and well scrubbed into the surface
with stiff bristle brushes. Only as much bonding slurry shall be mixed and applied as will be
covered by the succeeding coat before the slurry dries out.

12.6 In general not over 100-sq. ft shall be slurred at one time in order to maintain at '' live glue ''
for bonding. Apply and brush in the slurry in small areas not exceeding 5 feet square.
Excess or dad slurry shall be constantly removed from the base by broom.

12.7 Concrete mixed in the proportion 1 part Portland cement, 2 parts sand, 4 parts coarse
aggregate shall be applied promptly after slurring before the paste has hardened or dried in
specified thickness.

12.8 The method of measuring materials shall be such that the specified proportions of the
materials can be controlled and accurately maintained. Shovel measurement will not be
allowed. All constituents shall be thoroughly mixed. No retempered materials and no
material which as partially set shall be used in the work.

12.9 The mixture shall be thoroughly tempted by steel trowel. The compaction shall be followed
by steel trowelling to bring the finish to smooth, hard surface free from marks and
imperfections of any kind.

12.10 The temporary dividers may be of metal strops of wooden battens of true line and shape.
The top of the dividers shall be perfectly level with level of the finished floor desired.

12.11 The sequence of filling in the panels shall be on checkerboard plan. The casting of the
complementary set shall be done at least 48 hours after the first set is cast and dividers
removed.

12.12 The top shall be moist cured for at least 7 days. The following shall not be subjected to
moderate use before 14 days and to servers use before 28 days.

SECTION – 9(B)

13. Terrazzo work

13.1 Machine pressed terrazzo flooring

13.1.1 Machine pressed terrazzo flooring shall be made of white marble chips marble dust, white
cement white and grey cement marble chips shall be of the best variety and shall require
approval of the Engineer-in -charge. White cement shall be snowcem brand or have

148
approved quality.

13.1.2 The composition shall be as follows. One part of 10 mm downgraded marble chips and
one part of mixture containing white cement and grey cement in proportion (9:1). The
terrazzo work shall be polished by pumice stone (No. 40, No 80, No. 120) and finished
with oxalic acid including screening washing etc. complete.

13.1.3 Sample terrazzo work must be approved by the Engineer-in-charge before starting full-
scale execution. The design of floor layout shall be as per plan and instruction of the
Engineer-in- charge.

13.1.4 The thickness of terrazzo topping shall be at least 0.25''. The setting bed shall be 1.25''
thick cement concrete in 1:2:4 mixes consisting of ordinary cement, coarse sand and 3/8''
downgraded picked/ Jhama chips / pea gravels or stone ships as specified for artificial
patent stone flooring.

13.1.5 The sub- floors over which the terrazzo flooring will be laid shall be prepared same as for
artificial patent stone flooring.

13.1.6 Following the preparatory work creamy bonding slurry of neat cement (ordinary cement)
shall be applied and scrubbed into the surface with stiff bristles brushes not exceeding an
area of about 4 square feet. In general materials sufficient enough for not over 100 sq. ft.
shall be slurred to maintain live-glue for bonding.

13.1.7 Next the concrete setting bed as specified above shall be laid in 1.25'' thickness over the
live bonding slurry and shall be compacted by wooden float to be required level. Excess or
dead slurry shall be constantly removed from the base by brooms.

13.1.8 The terrazzo topping layer then shall be well trawled and compacted into the setting bed in
0.25'' thickness with desired level and slope.

13.1.9 A layer of white cement shall be well trawled next leaving a smooth surface.

13.1.10 After the terrazzo topping has hardened enough to with stand dislodgment, it shall be
grounded with an approved type of grinding machine shod with rapid carborundum stone
of 80 grits to expose the marble chips. Hand grinding in case may be allowed.

13.1.11 The floors shall be kept wet during grinding. All ground -off materials shall be removed by
sweeping and flushing with clean water.

13.1.12 Air holes, pits and other blemishes shall then be filled with a thin grout of white cement.

13.1.13 On hardening of patch fillers, the floor shall receive a second or final grinding with
carborundum stone of 240 grit it shall then be cleaned and washed of all surplus materials.

13.1.14 The floor shall be kept undisturbed for a period of 2 weeks on even exposure of marble
chips. On expiry of this period the floor shall be cleaned of dirt and dust by rubbing gently
with pumic stone using sufficient water. It shall be washed with washing soda if required.

13.1.15 The surface shall receive bees wax polishing on drying.

149
13.1.16 The method of measuring materials shall be similar to that of mortar. All materials shall be
mixed in dry state and shall be protected from harmful effects of moisture. Water shall be
added by only such amounts as may be consumed in less than 30 minutes, in quantities
required to produce workability. Mixing shall be done on watertight platform.

13.2 Terrazzo tile flooring

13.2.1 Terrazzo tile shall be manufactured from marble dust and cement (grey and white), white
cement.Marble chips shall be of the best variety and shall be approved by the Engineer in -
charge. Whitecement shall be snowcem brand or any other brand of equivalent quality.

13.2.2 The proportion of black chips to white chips shall be according to the instructions of the
Engineer in-charge. Ratio of marble chips, marble dust white and grey cement shall be
similar to as specified under '' SITU TERRAZZO FLOOR'' mentioned herein above under
this section.

13.2.3 Sample terrazzo tiles must be approved by the Engineer-in -charge before full- scale
manufacture is undertaken. The design of floor layout and colours shall be as per plan and
instruction of the Engineer in-charge.

13.2.4 The thickness of terrazzo tile topping shall be at least o'25'' bonded to at least 0.75'' thick
mortar in ordinary setting cement and sand in 1:2 proportions. The tiles shall be laid on
bed mixed in proportion of 1 part Portland cement, 1 part lime, and 3 parts surki. The tiles
shall be polished by carborundum stone of 80 grit followed by 240 grit.

13.2.5 Pitch floors to drains as shown. Pitch must be continuous and uniform leaving no
depressions to accumulate water. Setting bed shall be minimum 0.50'' thick at lowest
point.

13.3 Ceramic tile works

13.3.1 Glazed ceramic tile for walls shall be imported best quality. Square edged, matte finish
white, size approximately 4'' by 4'' by 5/16''. Provided matching 4'' high coved base, 4''
high bullnose top and all other required firm pieces. All internal corners shall be square, all
external corners rounded. Submit samples to Engineer in-charge for approval.

13.3.2 Mixes

13.3.2.1 Scratch coat shall be mixed approximately in the proportion of 1 part Portland cement, 3
part dry sand, 1/5 part hydrated lime by volume.

13.3.2.2 Setting bed shall be mixed approximately in the proportion of 1 part Portland cement. 3
part dry sand, 1/2 part hydrated time by volume.

13.3.2.3 Skim coat shall be Portland cement mixed with water to creamy consistency.

13.3.2.4 Grout shall be white cement mixed with water to creamy consistency.

13.3.3 Application

13.3.3.1 Apply scratch coat to properly cleaned masonry surfaces. Allow scratch coat to cure for at
least 24 hours before applying mortal setting bed.

150
13.3.3.2 Setting bed shall provide a plumb and true surface. Thickness of setting bed shall be not
more than 2/4 inch.

13.3.3.3 Seak tile at least 1/2 hour in clean water and drain off excess water.

13.3.3.4 Trowel a skim coat of 1/32 inch to 1/16 inch thickness of neat Portland cement paste over
the still plastic setting bed.

13.3.3.5 Press tile firmly into the bed. Fill joints thoroughly with grout and finish grout flush with
surface of tile. Joints shall be straight line and of uniform width.

13.3.3.6 Do all cutting and fitting of tile work as required by work of other trades and for installation
of accessories. In cutting and fitting tile, the edges shall be carefully cut and ground a
perfect fit, so that collars or escutcheons, where used will overlap the tile.

13.3.3.7 After tile work has completely set sponge and washes till thoroughly. Finally, polish with
clean, dry cloths. No acid solutions shall be used.

SECTION – 9(C)

14. Painting

14.1 Materials

14.1.1 Manufacturer's dated catalogue or specification sheets in triplicate for materials proposed
shall be submitted to the Engineer in-charge with the list of list of brands and types. No
materials shall be used without approval of the Engineer in-charge.

14.1.2 All painting materials shall be of the best quality and be delivered to the site in unopened
original container bearing manufacturer's labels.

14.1.3 Materials to be used in the work shall conform to reputed Manufacturer's specifications and
to the satisfaction of the Engineer -in-charge.

14.2 Storage of materials

14.2.1 Materials and tools shall be stored in a single place at the site as designated by the
Engineer in- charge.

14.2.2 Storage area shall be maintained in a neat clean condition, with surroundings protected from
damage.

14.2.3 Inflammable materials shall be stored in sealed containers waste shall be removed from the
premises at the end of each day every precaution shall be taken to prevent fire.

14.2.4 Storage area shall be accessible to the Engineer in-charge at all times.

14.3 Colours and samples

14.3.1 Colour scheme shall be a directed by the Engineer in-charge and all tinting and matching
shall be to the satisfaction of the Engineer in-charge.

151
14.3.2 For all natural or stained wood finished, samples shall be prepared as directed on pieces of
the same kind of wood at least 6 inch by 12 inch until the finish is approved.

14.3.3 For painted finish samples shall be prepared as directed on the surface to be painted until
the finish in approved.

14.4 Protection

14.4.1 Furnish and lay drop cloths or other approved protection in all areas where painting and
finishing is being done so as to adequate protect flooring and other work from all damage
during the execution of the painting work.

14.5 Surface preparation

14.5.1 Concrete and Masonry

14.5.1.1 All surfaces to be painted shall be thoroughly cleaned of all grit, grease dirt, loose
materials, mortar drippings and the like.

14.5.2 Wood to be clear finished.

14.5.2.1 Sand smooth and free of marks before applying the first coat.

14.5.2.2 Fill voids and holes after first coat in dry, using transparent filler compatible with the
finishing specified and tinted to camouflage repairs.

14.5.3 Ferrous Metal

14.5.3.1 Wire brush or sand to remove all rust, dirt, weld spatter, and other foreign matter.

14.5.3.2 Rove grease and oil films with solvent, using a fine steel wood pad or a coarse cloth.

14.5.4 Galvanized Metal:

14.5.4.1 Galvanized metal shall be clean and dry remove grease and oil films with a solvent, using
a fine steel wood pad or a coarse cloth, follow instructions of primer manufacturer.

14.6 Application

14.6.1 No work shall be done under conditions which are unsuitable for the production of good
results.All spaces shall be broom clean before painting or finishing is started.

14.6.2 The workmanship shall be the best. All paint shall be applied with brushes under adequate
illumination evenly spread, smoothly flowed on without runs or sage. Paint shall be worked
into all corners and crevices.

14.6.3 Materials shall be applied in strict accordance eight the manufacture's directions and in
particular, no prepared paint shall be thinned in any way except as directed by
manufacturer. All paint shall be thoroughly mixed before being used.

14.6.4 Each coat applied must be inspected and approved by the Engineer in-charge before the

152
application of the succeeding coat. Otherwise no credit for the coat applied will be given
and the contractor may have to repute the work in question at his own expense. The
contractor shall notify the Engineer in-charge when each coat is ready for inspection.

14.6.5 No exterior painting shall be done in rainy, damp weather until the surface is thoroughly
dry.

14.6.6 Minimum drying time shall not be less them 72 hours between coats for exterior paints and
48 hours for interior paints. Each coat shall be thoroughly dry before application of
subsequent coat.

14.6.7 All natural finished woodwork, painted woodwork and painted metal shall be lightly sanded
between coats using sand paper.

14.6.8 Natural finished woodwork only shall be ribbed with fine steel wood after last coat. Rub to
desired finish as per approved sample.

14.6.9 All woodwork for natural finish shall be seated on the back and all surfaces which will be
concealed after erection with the two coats of any approved transparent sealer prior to
installation.

14.6.10 After being fitted by the carpenter, all edges of doors shall be finished it same as to faces.

14.6.11 Suction spots in plaster, masonry or concrete showing after application of first coat shall
be repainted before application of next coat.

14.6.12 All exposed piping (except PVC) shall be painted to match the adjoining wall surface
where such wall surface is either glazed tile or painted.

14.6.13 Painting around Finish Hardware of other removable items already in place will not be
allowed.

14.6.14 Any damage to adjacent work caused by paints or painting operations shall be rectified by
the contractor at his own expense.

14.7 Completion

14.7.1 At completion of painting work, the contractor shall remove any paint spots and stains
caused by work under this section from floors, walls, glass, hardware, equipment and
other surfaces leaving these surfaces in perfect condition.

14.7.2 The Engineer in-charge will conduct a final inspection of all work under this section and
the contractor shall repaint or retouch as directed by the Engineer in-charge, any surfaces
which do not comply with the requirements of these specifications or which have been
damaged during construction work. All surfaces finished under this section shall be left in
perfect condition, free of defects and blemishes.

14.7.3 Remove all rubbish and accumulated painting materials from the premises.

14.8 Exterior work

Exterior surfaces if required to be painted shall be painted as follows:

153
14.8.1 Concrete: Two coats of latex masonry paint.

14.8.2 Brick wall: Two coats of latex masonry paint.

14.8.3 Plaster Surface: Paint all surfaces as directed.

14.8.4 Galvanized Metal: (Paint all galvanized metal except as otherwise noted).

14.8.5 Wood Work: (Paint all exposed wood surfaces except as otherwise noted).

Two coats of specified polish over a coat of priming.

14.9 Interior work

Interior surfaces if required to be painted shall be painted as follows:

14.9.1 9.1. Concrete: Two coats of latex masonry paint.

14.9.2 Bricks wall: Two coats of latex masonry paint.

14.9.3 Plaster surfaces: Paint all plaster surfaces as directed.

14.9.4 Iron, Cast Iron and Steel: (Paint all Iron and Steel, except otherwise noted).

One coat red lead primer.


Two coats gloss enamel.

14.9.5 Galvanized Metal (Piping, Conduits)

One coat zinc dust primer.


Two coats gloss enamel.

14.9.6 Wood work: (Natural Finish) Apply in all exposed surfaces, Two coats of specified polish
over a coat ofpriming.

SECTION-9 (D)

15. Chalk washing

15.1 Materials

# Quick or stone lime


# Shell time
#Gum Arabic
# Robin Blue
# Colour pigments
# Water

15.2 Mixing

15.2.1 Two parts fresh stone lime and one part shell lime shall be slaked on the spot.

154
15.2.2 The slaked lime mixture shall then be placed in a sub containing clean water. It shall be
mixed and stirred until attains the consistency of thin cream.

15.2.3 When sufficiently mixed, it shall be strained into a separate container through coarse cloth.

15.2.4 Gum Arabic in the proportion of 2 chatak to thirty seers or 1 Cft of lime shall be added and
dissolved in the stained wash.

15.2.5 Colour pigments or Robin blue dissolved in water shall then be added according to
Engineer-in- charge's instructions. It shall be stirred sufficiently to ensure uniform mixing. It
will then be ready for used.

15.3 Surface preparation

15.3.1 The surface to receive chalk wash shall be thoroughly cleaned down with clean water and
free form all foreign matters. Defects shall be repaired accordingly. It shall be rubbed with
sand paper.

15.4 Application

15.4.1 Chalk wash shall be laid on surfaces in two coats over a priming coat. It shall be laid
vertically and horizontally alternately. The final coat shall be applied vertically.

15.4.2 Each coat shall be perfectly dry before the succeeding one is laid over it.

15.4.3 In case of coloured chalk wash, priming coat shall be white.

15.4.4 Wherever scaffolding is necessary, it shall be free standing so as not to damage or scratch
the painted surface.

SECTION – 9(E)

16. Plastic emulsion painting

16.1 Materials

16.1.1 Plastic emulsion paint if used shall be of snowcem brand or approved equivalent.

16.2 Mixing

16.2.1 The paint shall be mixed or thinned in accordance with manufacturer's instructions.

16.3 Surface preparation

16.3.1 The surface to receive chalk wash shall be thoroughly cleaned down with clean water and
free form all foreign matters. Defects shall be repaired accordingly. It shall be rubbed with
sand paper.

16.4 Application

155
16.4.1 It shall then be sized with a priming coat as recommended by the manufacturer.

16.4.2 Suction spots appearing on the surface shall be repainted before applying the next coat.

16.4.3 No of coats shall be as mentioned in the Schedule of items of works. Colour scheme shall
be as directed by the Engineer-in-charge.

16.4.4 A sample panel shall have to be prepared for Engineer-in-charge's approval prior to taking
up full - scale work.

16.4.5 The paint shall be applied strictly in accordance with manufacture's specifications.

16.4.6 Apply paint quickly and boldly with camel hair, stiff, board brushes 4'' to 6'' long.

16.4.7 Dip the brush and make crosswise stroke following it with up and down stroke.

16.4.8 The edges shall be kept '' Alive'' to prevent forming lap marks.

16.4.9 Each coat shall receive the inspection of the Engineer -in-charge failing which no credit
shall be given and the contractor may have to be re-do it at his own cost.

16.4.10 No painting shall be done in rainy season or damp weather.

SECTION – 10(A)

17. Plumbing and piping

17.1 Scope

17.1.1 This section covers all items in connection with installing an efficient plumbing system
ensuring water supply and sanitary arrangement to the different components of the project
items and connecting as per drawing and direction of the Engineer-in-charge. All work shall
be complete in all respect.

17.2 General requirements

17.2.1 The drawings indicate the general arrangement of the plumbing and piping Details of
proposed departures due to actual field conditions or other causes shall be submitted to the
Engineer-in- charge for approval. The contractor shall carefully examine the drawings and
shall be responsible for the proper quality and fitting of materials and equipment in each unit
as indicated without substantial alternation.

17.2.2 Specification: Materials required which are not covered by the detailed specifications shall
be as recommended by the equipment manufacturer, or consistent with good practice and
as approved by the Engineer-in-charge.

17.2.3 Drawings: The drawings show the general arrangement of all piping: however, where local
conditions necessitate a re-arrangement, the contractor shall prepare and submit for
approval drawings of the proposed rearrangement. Because of the small seal of the
drawings it is not possible to indicate all offsets, fitting and accessories which may be
required. The Contractor shall carefully investigate the structural and finish conditions

156
affecting all of his work and shall arrange such work accordingly, furnishing such fittings
traps, valves and accessories as may be to meet such conditions. The plumbing contractor
shall be preparing a shop drawing indicating the exact location of pipes for approval by the
Engineer-in-charge prior to construction.

17.2.4 Cutting and Repairing: The work shall be carefully laid out in advance and any cutting of
construction shall be done only with the written permission of the Engineer-in-charge.
Cutting shall be carefully done and damage to the buildings, piping, wiring or equipment as
a result of cutting for installation shall be repaired by skilled mechanic of the trade involved,
at no additional expense to the Employer.

17.2.5 Protection of fixtures, materials and equipment. Pipe openings shall be closed with caps or
plugs during installation Fixtures and equipment shall be tightly covered and protected
against dirty water and chemical or mechanical injury. At the completion of the work fixture,
materials and equipment shall be thoroughly cleaned and delivered in a condition
satisfactory to the Engineer-in-charge.

17.3 Approval and list of materials, fixtures and equipment

17.3.1 As soon as practicable after execution of contract and before any materials fixture or
equipment are purchased, the contractor shall submit to the Engineer-in-charge for approval
a complete list in triplicate, of materials, fixtures and equipment to be used in the work, with
their brand and manufacture. Any materials, fixtures and equipment listed which is not
accordance with the specification requirements may be rejected.

17.4 Excavating, trenching and back filling

17.4.1 Excavating trenching and back filling is specified under Section IB & IC- EXCAVATING AND
FILLING AND GRADING

17.5 Materials and equipment

17.5.1 Soil, Waste, Rain Water and vent piping.

17.5.1.1 All soil, waste, rainwater pipes shall be cast iron, reinforced concrete. PVC or cement
asbestos pipes as mentioned in the drawings. Schedule of item of works or as directed by
the Engineer- in-charge.

# Cast iron pipes 2 '' and above shall be heavy duty type (HCI) with spigot and socket
joints having projecting ears .All fitting shall similar to the pipe.

# Reinforced concrete pipes shall be centrifugal spun. All fitting shall be similar to the
pipe.

# PVC pipes shall be of approved size and shade with fittings similar to the pipe.

# Cement Asbestos pipe shall be of approved size and quality with fittings similar to the
pipe.

17.5.2 Water supply piping.

17.5.2.1 Water pipes shall be galvanized iron (Pressure 400 ft of water) suitable for threaded

157
jointing sampling with BS 21:1938, pipe threads part I, 'Basic sizes and Tolerance'. All
fittings shall be similar to the pipe.

17.5.3 Fixtures and fittings.

17.5.3.1 W.C. Flushing cisterns, toilets, urinal and lavatory basins, etc. shall be made of white
vitreous china of the highest quality available in the market. Samples shall have to be got
approved by the Engineer -in-charge.

17.5.3.2 All fittings such as bib, pillar, elbows and stop cocks, toilet paper holder, towel rail, shower
head, soap tray, guard rail and brackets, etc. shall be of best quality available in the
market. Fittings shall be chromium plated except otherwise specified or instructed by the
Engineer-in- charge. Sample shall have to be got approved by the Engineer in-charge.

17.5.4 Fixture setting compound and jointing materials.

17.5.4.1 Roofing pitch, tarred gasket and cement sand mortar of approved quality shall be used for
jointing RCC Pipes and W.C into sockets.

17.5.4.2 Hemp yarn, jute packing and molten lead of approved quality shall be used for jointing CI
pipes.

17.5.4.3 Graphite and oil or an approved graphite commit and shall be used in threaded joints only.

17.6 Water pipe, fittings and connections

17.6.1 Piping and fittings

17.6.1.1 GI Pipes and fittings shall be used for hot/ cold water supply piping

17.6.2 Installation.

17.6.2.1 A gate valve and drain valve on the service line shall be installed inside the building. The
piping shall be extended to all fixtures outlets and equipment from the gate valve. The
water supply system shall be installed with a fall toward the shut-off valve. Bends formed
with approved pipe brands are acceptable.

17.6.2.2 Install a capped tee below the shut off valve on water service riser in each building.

17.6.2.3 Mains, Branches and Runout: Piping shall be installed as indicated on the drawings. Pipe
shall be out accurately to measurements established at the building by the Contractor and
shall be worked into place without springing by theor for. Care shall be taken not to
weaken the structural portions of the building. Piping above ground shall be run paralleled
with the lines of the building unless otherwise shown or noted on the drawings. Branch
pipe from service lines may be taken of top of main, bottom of main, or side of main using
such cross- over fillings as may be required by structural or installation conditions. Service
pipes, valves and fittings shall be kept a sufficient distance from other work and other
services to permit not less than 0.50 inch between finished covering and other and not
less than 0/50 inch between finished coverings of different services. No water piping shall
be buried in floors unless specifically indicated on drawings or approved changes on pipe
sizes shall be made with proper sockets. The use of bushings will not be permitted.

158
17.6.2.4 Pipe Drains: Indicated on the drawings shall consist of 1/2 inch glove valves with
renewable disks and 1/4 inch hose nipples. The water piping shall be installed so that the
system may be completely drained. Any trapped water line shall be equipped with a drain
cock, a union, a plugged tee, or a nipple and a cap at the lowest point in the trap section.

17.6.2.5 Expansion and Contraction of piping allowance shall make throughout for expansion and
contraction of piping. Horizontal runs of tubing over 50 feet in length shall be anchored to
the wall or to the supporting about midway on the run to force expansion, evenly divided
toward the ends.

17.6.3 Joints

17.6.3.1 Threaded pipe: After cutting and before threading, pipe shall be reamed and shall have
hurries removed. Screw joints shall be made with graphite and oil or with an approved
graphite compound applied to make threads only. Threads shall be full-cut and not more
than three threads on the pipe shall remain exposed. Calling of threaded joints to stop or
prevent leaks will not be permitted Unions shall be provided where required for
disconnection.

17.6.3.2 Tubing: Tubing shall be out square and burrs shall be removed. Both inside of fittings and
outside of tubing shall be well cleaned with steel woods before sweating Care shall be
taken to prevent annealing of fittings and hare- drawn tubing when making connections.
Installation shall Ben made by competent workmen. Mitered joints for elbows and pipe
notching straight runs of pipe for tees will not be permitted. Threaded wing joints shall be
provided on all branch connections to mains and risers to provide for expansion and
contraction at rubbing.

17.6.3.3 Sterilization: The entire cold water piping system shall be thoroughly sterilized with a
chlorinating material shall be either liquid chlorine, calcium hyper chlorite or chlorinated
lime conforming to Public Health Directorate. Specification shall be introduced into the
system in manner approved by the Engineer in-charge. The sterilizing solution shall be
allowed to remain in the system for a period of 8 hours. During which time all valves and
faucets shall be opened and closed several times. After sterilization, the solution shall be
flushed from the system with clean water until the residual chlorine content is not greater
than 0.2 parts per million, unless otherwise directed.

17.7 Sewage and rain waterripings, fittings and connections

17.7.1 Outside Building connection sewer pipes: Sewer lines 5 feet beyond the building line shall
be reinforced centrifugally spun concrete pope or as approved. The pipe ends will be
plastered lightly with the roofing pitch and butted together snuangly. In this position the
space between the colour and pipe will be gently but tightly jammed full of stiff sand and
cement made up of two parts of sand and one part of cement. Excavating, trenching and
back filling will be as specified under section 1B, 1C- EXCAVATING and FILLING AND
GRADING.

17.7.1.1 7.1.2 Roof Drains: Roof drains shall generally be of non-pressure, cement asbestos pipe
(maybe water-cured) of the size designated. Pipe used outside the buildings shall be
reinforced concrete pipe. Details of the roof drain itself and its method of flashing shall be
as per drawings.

17.7.2 Installation

159
17.7.2.1 Handling: Pipe and accessories shall be handled in such a manner as to ensure delivery
to the point of installation in sound undamaged condition. Particular care shall be taking
not to injure the pipe coating if so coated. No other pipe or materials of any kind shall be
placed inside a pipe or fitting after the coating has been applied.

17.7.2.2 Cutting of pipe: Cutting of pipe shall be done in a neat and workman like manner without
damage to the pipe unless otherwise authorized by the Engineer in-charge; cutting shall
be done by means of an approved type of mechanical cutter. Wheel cutters shall be used
when practicable.

17.7.2.3 Placing and laying: Before installation the pipe shall be inspected for defects and tapped
with a light hammer to detect cracks. Defective, damage or unsound pipe will be rejected.
Deflections from a straight line or grade, as required by vertical, horizontal curves or
offsets shall not exceed the permissible limits. If the alignment requires deflections in
excess of these limits, special bends or a sufficient numbers of shorter lengths or pipe
shall be furnished to provide angular deflections within the limit set forth by the Engineer
in-charge. After a length of pipe is placed in the trench, the packing material for the joint
shall be held around the bottom of the pivot so that the packing will enter the bell as the
pipe is pushed into position, or rubber gasket may be inserted in the bell before pushing
pipe into place. The pivot shall be centred in the bell and the pipe pushed into position and
brought into the required alignment except where necessary in making connection to
other lines, or as authorized by the Engineer in-charge. Pipes shall be laid with the bells
facing in the direction of laying. Except as closures not less than two lengths of pipe shall
be in position ahead of each joint with packing installed and earth fill turned alongside the
pipe, before the joints is made. Adequate thrust blocking is provided for all pressure mans.

17.7.3 Joint

17.7.3.1 Bell and spigots joints: Before jointing bell and spigot pipe, all lumps bliss and excess
eating materials shall be removed from the bell and spigot ends of the pipes. All oil or
grease shall be removed. The outside of spigot and the inside of the bell shall be wire
brushed and wiped clean and dry.

# Joints packing shall be carefully placed and tightly caulked a uniform thickness. No
loose or frayed ends of fiber shall protrude into the space to be filled with joint filler. Each
joint shall be carefully inspected and checked for proper depth before the joint runner is
attached.

# Lead caulking in joints: The depth of lead in the lead-filled joints shall not be less than
2-1/4 inch back of the faces of the bell. Lead shall be heated in a melting for kept near the
joint to be poured, brought to proper temperature, so that when stirred the surface will
show a rapid change in colour and when poured into the joint space, will ensure perfect
joint. Before lead is poured, scum shall be removed The joint runner shall fill shaggily
against the face of the bell and the outside of the pipe and shall be dammed with clay at
the poring gate, to assure filling the joint even with the top of the bell. Each joint shall
make with one pour completely filling the space, the caulking shall done by competent
mechanics, in such a manner as to secure tight joints without over straining the fills. The
chalking shall progress toward the joint gate. If packing has been insufficiently caulked,
permitting the lead to be driven during chalking to a depth of more than 1/4'' inch from the
face of the bell at any point, the lead shall be removed and the joint remade.

160
17.8 Waste drain pipes and vent piping

17.8.1 Underground soil, waste and drain piping shall be as specified in the drawing above
ground soil and waste drains over 2 dia shall be heavy duty cast iron pipe spigot and
socket joints and fittings. Waste and drain piping above ground shall have recessed
drainage fittings. Fittings as dry vents shall be cast-iron.

17.8.2 Drainage pipes and vent piping: Horizontal soil and waste pipe shall be given a grade of
1/4'' inch per foot where possible but in no case shall be less than 1/8'' inch per foot unless
otherwise noted on the drawings. All mans vertical soil and waste stacks shall be
expending full size to end above the roofline as vents except where otherwise specifically
indicated. Where practicable two or more vent pipes shall be connected together and
extended as one pipe through the roof. Vents through the roof shall not be less than 3 inch
size and increaser installed not less than 12 inches below roofline. Vent pipes in roof
spaces shall be run as close as possible to the underside of the roof with horizontal piping
pitched down to stocks without forming raps in pipes. Vertical vent pipes may be
connected into one main vent riser above vented fixtures. Where circuit vent or wet vent
connection shall be at least 3 feet above the floor as which the fixtures are located, to
prevent the use of any vent line as a wast horizontal waste lines receiving the discharge
from two or more fixtures shall be provided with end vents unless separate venting of
fixtures is noted.

17.8.3 Fitting: Change in pipe size on soil, waste and rain lines shall be made with reducing
sockets, or recessed reducers. Changes in direction shall be made by the appropriate use
of 45 degree wyes. Long sweep 1/4 bends. 1/4, 1/8 or 1/16 bends, except that sanitary
tees may be used on vertical stacks and short 1/4 bends or elbows may used in soil and
waste lines where the change in direction of flow is from the horizontal to the vertical and
on the discharge from water closets. Where it becomes necessary because of space
conditions to use short-radius fittings in any other locating the approval of the Engineer in-
charge shall be obtained before they are installed.

17.8.4 Union connections: Slip joints will be permitted only in trap seal or in the inlet side of the
traps.

17.8.4.1 Tucker or hub drainage fitting shall be used for making union connection wherever
practicable in connection with dry vents. The use of long screws and bushings is
prohibited.

17.8.5 Joints:

17.8.5.1 Cast iron pipe joints in hub and spigot cast iron soil waste and vent pipes. Shall be
formally packed with hemp and caulked with legatee least one inch deep.

17.8.5.2 Threaded pipe: Threaded joints shall be with graphite and oil compound to the mal threads
only Connections between threaded pipe and soil pipes shall be similar and the threaded
pipe shall have a ring or half-coupling screwed on to or a spigot end.

17.9 Clean out plugs and test tees

161
17.9.1 Cleanouts shall be the same size as the pipe, except that cleanout plugs large than 4
inches will not be recurred. Test tee with cast iron cleanout plugs shall be installed at the
foot of the soil, waste and drain stacks and on each building may be omitted if a cleanout
is indicated on building drain immediately inside the building.

17.10 Traps

17.10.1 Each fixture and piece of equipment requiring connections to the drainage system shall be
equipped with a trap Traps installed on hub and spice pipe shall be extra-heavy cast iron.
Traps installed on threaded pipe shall be recess drainage pattern. Plugs shall be
accessible inside of access panels if such panels are used.

17.11 Pipe sleeves

17.11.1 Sleeves: All sleeves shall be furnished and set and the contractor shall be responsible for
their proper and permanent location. Pipe sleeves shall be 26 gauge prime and painted
metal, properly secured in place with a space of approximately 1/4'' inch between the
sleeve and the pipe passing through concrete or masonry walls and floors above the
finished grade. Pipe sleeves in concrete beams or bearing walls shall be wrought iron or
steel pipe. Where piping is insulating, the insulation shall be continuous through the pipe
sleeves a clearance of approximately 1/4'' inch between the outside of the passing pipe
covering and the pipe sleeves. Where a pipe passes through the pipe sleeves with a
clearance of approximately 1/4'' inch between the outside of the passing pipe covering and
the pipe sleeves. Where a pipe passes through footings of foundations, cast iron or steel
pipe sleeve shall be provided, which shall not be less than 4 inches larger in diameter than
the pipe for which installed. The joint between and pipes passing though floors shall be
made tight with plastic material. Sleeves passing through floors shall extend not less than
one half inch and not more than one inch above finished floor. Where pipe passes through
wet tank walls, a centre flange sleeve shall be installed. The space between the sleeve
and the pipe shall be made watertight by inserting a packed gasket and filling the
remaining space shall be thoroughly lead caulked. Boxing-out will be permitted where
indicated on the drawings.

17.12 Pipe hangers and fixtures supports

17.12.1 Pipe hangers as true and fixture supports shall be furnished and set and the contractor
shall be responsible for their proper and permanent location.

17.12.2 Pipe Hangers, As true and supports: Horizontal overhead runs of pipe shall be hung with
approved heavy adjustable wrought iron or metalled iron pipe hangers, spaced not over
ten feet apart, except lad and spigot soil pipe five feet in length or less wherever shall be
spaced live feet apart close to the hub of pipe and eight feet apart, close to the hub of pipe
and eight feet apart on tubing Vertical runs of pipe shall have heavy wrought-iron clamps
or collars for support, spaced not over ten feet apart Hangers and collars for support,
spaced not over ten feet apart. Hangers and collars shall be of size proportionate to the
weight of the pipe supported. Chain, strap, perforated bar, or wire hangers will not be
permitted. Trapeze hangers may be used where directed or as required in lieu of a
separate hanger for each pipe. All hangers shall have short turnbuckle or other approved
means for adjustment.

17.12.3 Hangers on different services running parallel with each other and near together shall be
line with each other and parallel to the lines of the building. Hangers shall have malleable-

162
iron ring with split adjustable sieve nut but the Contractor may use commercial individual
type hangers with bask or rods not lighter than these commercially available with
malleable-iron hangers, provided they are approved. Hangers shall be of a design which
will permit removed and replacement of band and hanger without removing pipe. Inserts
shall be cast-iron malleable- iron or prefabricate steel of a type to receive a machine bolt
head or nut after installation, shall permit adjustment of the bolt in one horizontal direction
and shall be installed before the concrete is poured. Pipe supports shall be installed in an
approved manner.

17.12.4 Fixture Equipment supports and Fastenings- Fixtures and equipment shall be supported
and fastened in a satisfactory manner. Where secured the concrete or bricks work walls
they shall be fastened with brass bolts or screws in lead- sleeve anchorage units or with
brass expansion bolts. Expansion bolts shall be 1/4 inch brass bolts with 20 threads to the
inch of sufficient length to extend at least 3 inch into solid concrete or brickwork, fitted with
loose tubing or sleeves or proper length to bring expansion sleeves to masonry walls or
partition they shall be fastened with 1/4 inch brass toggle or through bolts. Where secured
to partitions faced with self- glazed tile, wood inserts shall be installed.

17.13 Wales hydrants

17.13.1 Units shall consist of polished brass rack; valve and accessories equipped with 100 ft.
unlined linen hose.

17.14 Hose bins

17.14.1 Shall be installed where shown on the drawing and shall be single faucet shoulder type
with 3/4'' inch hose connection.

17.15 Valves and gates

17.15.1 Gate valves

# 3 inch and smaller shall be of best quality as available in the market and as approved
by the Engineer -in-charge.

# Large than 3 inch shall be iron body with flange or bell ends. Valve shall have a clear
water way equal to the full nominal dia meter of valves and shall open by turning counter
clockwise. Unless otherwise noted on the drawings, all valves shall be equipped with
hand wheels.

17.16 Unions

17.16.1 On ferrous pipe 2 inches in diameter and small shall be approved quality on water piping
2-1/2 inches in diameter and larger shall be flange pattern and shall be galvanized cast
iron. Gasket for flanged unions shall be of the best quality fibre, plastic or leather. Unions
shall not reconciled in walls ceiling or partitions.

17.17 Floor and area drains

17.17.1 Shall be made of high-grade, strong, tough and even -grained metals. Castings shall be
free from blowholes, porosity, hard spots excessive shrinkage, cracks, or other injurious
defects. They shall be smooth and well cleaned both inside and outside and all fine and

163
roughens shall be removed. Castings shall not be repaired, plugged, brazed or burned in.
The wall thickness of iron castings shall be not less than 1/4 inch. The size of the drains
shall be determined by the branch sizes indicated on the drawings. When drains are
installed with metal shall be clamped, caulked or soldered water tight to the drain. It shall
be equipped with removable strainer. The open area of strain shall be at least two third of
connection area of the drain line to which it connects.

17.18 Toilet fixtures

17.18.1 General

Fixtures consist of various types of water closets, lavatory basins, urinals, toilets, etc.
These shall be made of white vitreous china of the highest quality available and shall be
as specified below and as approved of standard manufactures.

17.18.2 Western type toilets

Shall be wash down/ siphon suits comprising white vitreous double seat and with
standard fittings and fixture as mentioned in the schedule of items of work and approved
by the Engineer-in-charge.

17.18.3 Squat type toilets

Shall be wash down suites comprising white vitreous china closet with high level C.I.
cistern, raised foot treads, top inlet along with ''p'' trap in white vitreous china and vent
opening. Exposed brass work shall be chromium plated.

17.18.4 Both squat type toilet and western type toilets will be provided with an approved wall
mounted clean water spigot on the left right toward the back of the toilet as indicated on
the drawings and about a foot off the floor and directly over an approved floor drain.

17.18.5 Lavatory basin

Shall be white vitreous china wall hung type with concealed painted iron brackets, pillar
taps and chain stays.

17.18.6 Slop sinks

Shall be white vitreous china complete with hard wood front edge pad and built-in-
brackets.

17.18.7 Wall hung urinals

Shall be white vitreous china with flush valve directly from the line.

17.18.8 Squat urinal

Shall be same as wall hung urinals

17.18.9 Ritual wash basins

Shall be as detailed in the drawings along water supply and drain.

164
17.18.10 Showers

Shall be fitting with chromium plated showerheads approved dia stopcock with wall flange.
Floor drain shall fit within open able strainer. Other fitting will be as shown in the drawing
and as approved.

17.18.11 Mirrors

Shall be as specified under glass and of size as mentioned there in.

17.18.12 Glass shelf

Shall be of plate glass with C.P guardrail and brackets of approved quality and size.

17.19 Inspection and tests

17.19.1 Waste and vent piping

The entire system shall have all necessary openings lugged to permit the entire system to
the filled with water to the level of the highest vent stack. The system shall hold this water
for 30 minutes without showing a drop greater than four inches, where a portion of system
is to be tested, the test shall be conducted in the same manner as described for the entire
system, except that a vertical stack 10 feet above the highest horizontal line to be tested
may be installed and filled with water to maintain sufficient pressure, or a pump may be
used to supply the required pressure. The pressure shall be maintained for 30 minutes.

Air Test:

If tests are made with air a pressure of not less than 5 pounds per square inch shall be
applied with a force pump and maintained at least 15 minutes. A mercury calum gage shall
be used in making the air test.

Final Test:

The final test of the completed system will be affected by smoke test. When the smoke
test is employed, the smoke shall be produced by a smoke machine and pressure equal to
1 inch after column shall be maintained at least 15 minutes before starting inspection.

17.19.2 Defective work:


If inspection or test shows defects, such defective work or material shall be replaced and
inspection and test reposed at the contractor's own cost. Repairs to piping shall be made
with new material. Caulking of screwed joints or holes will not be acceptable.
17.19.3 Cleaning and adjusting:
At the completion of the work all part of the installation shall be thoroughly cleaned. All
equipment pipe, valves and fittings shall be cleaned of grease and metal cuttings and
sludge which may have accumulated by operation of the system for testing. Any stoppage
or discoloration or other damage to parts of the buildings, its finish or finishing's, due them

165
to the contractor's failure to properly clean the piping system, shall be repaired by the
contractor without cost to the Employer. Automatic control devices shall re adjust for
proper operation.

17.20 GENERAL LOCATION OF PIPES

17.20.1 On the ground floor water and soil pipes will generally be under the concrete floor in the
approximate location indicate on the plans. Pipe sleeves will be provided for the
crossbeam. Pipe locations shall not interfere with the reinforcing steel in the beams of floor
slab. Prior to replacing the pipe a detailed shop drawing as to its location shall be
approved in writing by the Engineer-in-charge.

SECTION-10 (B)

18. Electrical installation

18.1 Standard codes and regulations

The installation in general shall be carried out in conformity with the latest addition of wiring
rules of the Institute of Engineers'' (London), hereinafter referred to as '' I. E.E Wiring Rules''
and the British Standard Code of practice for the relevant works. But where the under noted
specifications differ from these rules and standard, the specifications written here under
shall be followed. Any special requirement of the electrical inspector, Government of
Bangladesh or the PDB or the T& T Department or any other legal Authority shall also be
complied with at no extra cost to the Employer.

18.2 Construction requirements

18.2.1 Pipe work/ Batten work

(a) Materials

# Metal conduits shall confirm to B.S. 4568 part I and II or B S 31:1940 and shall be 18
SWC (minimum) thick either solid drawn or formed round and then welded. In the latter
case, the bore shall be free from any burs. The conduit shall be enamel painted or
galvanized. The steel shall be such that when bends are formed, the conduit should not
break, creak or be deformed, appropriate sample shall be submitted to the Engineer -in-
charge prior to installation of conduit.

# Wooden Batten, Pins and Screws etc:

The batten shall be well seasoned polished teak wood and its thickness shall not be less
than 1/2'' The width of the batten shall be sufficient to accommodate all the cables and shall
not be less than added diameter of the cables plus 3/8''.

The plastic rowel plugs shall be of approved quality.

All screws shall be countersunk brass wood screws and the link clips shall be tinned brass
or other non-corrosive metal with counter sunk holes.

# Metal Junction Boxes, Pull Boxes, Circular Boxes etc:

166
Junction Boxes, Pull Boxes and circular Boxes shall be made of 18 SWC (Min) sheet steel
galvanized or any other materials as directed by the Engineer in-charge depending on
where it is installed, to material with the existing construction in which these are installed.
The cover (metallic or plastic) of the metallic boxes shall be fixed by using counter sunk
brass screws or galvanized machined screws. Each box (circular boxes excepted) shall
have an earth block of copper or brass of appropriate size (min, for the earthing lead, being
3/8'' x3/8'' black with 3/16'' drilled hold and 1/8'' machine screw tapped for 24 T.P.I) where
earth continuity conductors shall be screwed in the circular boxes shall have at least 0.50''
long hub. Appropriate samples shall be submitted to the Engineer-in charge prior to
installation of these boxes.

(b) Installations

# In general, conduits shall have concealed installations and shall be placed over the re-bar
as per drawing in the centre of the slab. Conduit system of each circuit shall be completely
erected before any of the cables in drawn in The conduit run shall be continuous throughout
its length and shall be kept straight as far as possible.

# The conduits shall be properly tied with the re-bar 3'-0'' c/c spacing using 20 SWG GI wire
and spacers. If the conduits are installed exposed, these shall be placed over 1/8'' spacer
bar and clamped with saddles 3'-0'' c/c spacing using plastic rowel plug as per direction of
the Engineer-in-charge at no extra cost to the Employer.

# All conduit runs shall be kept clear of gas, air and steam pipes of other services. We avoid
proximity with or intersection of other service pipes, the conduits shall be either rerouted or
set out so that at least 3'' separation is maintained with respect to other pipes.

# Conduits other than these sated above, if encountered by the Contractor, shall be brought
to the notice of the Engineer-in charge for instruction.

# Conduits installed in wall shall be placed at the time of construction of the wall. No cutting
in brickwork shall be allowed without prior approval.

(c) Wood Battens

Wood battens shall be laid as per instruction of the Engineer-in-charge. Battens shall be
fixed on wall or ceiling by flat head tapered brass/ steel screws. The flat and of the plastic
plug shall be flush with the surface. The plugs shall be fixed at an interval not exceeding 2'-
0''. All battens shall be laid true to the horizontal or vertical and never at an angle with either/
Before installations, battens shall be treated with two coats of best quality shellac varnish.

(d) Conduit / GI Pipe bends

Instead of using bends the conduit shall be bent to the required angle using pipe bender.
The minimum bending radius shall be such as to allow compliance with article 2.02 b(i)
which covers the specifications for bends is cables. Further the inner radius of bends shall
not be less than 2.5 times the outside dia of the conduit.

The recommended bending radii are given below:

Dia of conduit Radius of bends (outer)


0.75 inch 5 inch

167
Dia of conduit Radius of bends (outer)
1 inch 6 inch
1.25 inch 8 inch
1.50 inch 9 inch
2 inch 10.50 inch
2.50 inch 12 inch
3 inch 14.50 inch

If the situation warrants use of separate bends for conduits, such bends shall be made from
18 SWG steel, enamel painted or galvanized and for GI pipe such bends shall be long
radius GI bends and shall have good threading. Aluminium bends shall not be used under
any circumstances. Brass bands are acceptable. No inspection bend but steel boxes shall
be used at places where inspection is required. Separate beads shall be used only after
obtaining express approval of the Engineer.

At the end of a run, the conduit /GI Pipe shall terminate in a metal box galvanized or enamel
painted. When a conduit is terminated in a Mattel box (circular boxes excepted), a smooth
bore brass /PVC bush or ring bush shall be along with two brass lockouts of the following
specifications.

Brass Lockouts
Conduit sizes Thickness No of Threads
0.75 inch 3/16 inch 3
1 inch 0.25 inch 3
1.25 inch 3/8 inch 4

Brass Bushing Width No of Threads Length of smooth box at end


0.75 inch 3/8 inch 4 5/64 inch
1 inch 0.50 inch 5 7/64 inch
1.25 inch 0.75 inch 6 1/16 inch

All conduit /GI pipes shall be installed having a slope of 1:100 towards the floor mounted
pull box or cable duct so that condense or leakage water drains out easily to the pull box
or call duct. For us of more than one conduit in same floor the direction of slope of
different conduit shall be decided in such a systematic manner as to ensure a uniform
drain out of the leakage. All bends shall be formed using a mechanical bender and all
socket joints shall be made watertight. No U-bend in floor shall be installed.

(e) Method of measurement

Measurement for payment shall be by linear foot of conduit batten in place for vertical and
horizontal run as measured from the ''As-built'' drawings. No measurement shall be made
for JB. PB- including their covers, unless such boxes appear as a separate item in the
schedule.

(f) Basis of payment

The quantity of completed and accepted work measured as provided above shall be paid
for at the contract unit price, per foot, which payment shall constitute full compensation for
furnishing all materials, equipment and labour including storage, transport, cutting,
painting and laying of conductors providing all incidental and consumables necessary to

168
complete this item of work.

18.3 Cable work (in conduit)

(a) Materials

# Single core low voltage cables and conductors conduit

Single core low voltage cables and conductors shall be as per BS 6004, BS 6231 Type B or
BS 6346 or equivalent VDE specifications, of copper conductor and PVC insulated of
600/100 volt grade. All sizes over 2.5 sqm shall be standard.

All flexible cables shall be as per BS 6004 unless otherwise specified.

#Cables for batten wiring

These shall be flat twin core cable as per BS 6004, 1969 of copper conductors. PVC
insulated and PVC sheathed of 600/1000 V rated voltage and where applicable with earth
continuity conductor (ECC)

# Multi core Cable

Multi core low volt cables shall be PVC insulated PVC sheathed non-armoured direct burial
type. Termite proof, made and tested according to VDE 0472m A/e.69 for this type of
installation, rated voltage being 600/100V.

# Subscriber cables (Telephones)

The subscriber cables shall be suitable for earth laying and shall be made according to VDE
0816. of 0.6 sq. m/0.8 sqm(as applicable) copper conductors with PE (Poly-othyne)
insulated and core wrapping. The cables shall be tested (20º C) at voltage not less than
500V (rms) wire and 2000 V (rms) wire to shield with operating voltage of 150 volts (rms),
shall have minimum insulation resistance (tested with min 100 vdc.) of 5000 m, Ohm-kn. and
matual capacitance of no more than 50 F/KM (for 0.8 sq. mm.)

# Installation Cables (Telephone)

The installation cables shall be suitable for exposed or concealed installations of 0.6 sqm
copper conductors with PVC insulation and PVC sheath star quad formation, basic unit
stranding, and core wrapping, The cables shall be tested at 20° C for voltage not less than
500 V (rms) with operating voltage of 200 V (rms) shall have minimum insulation resistance
(tested with min 100 V DC) of 100 M ohm/ Km and mutual capacitance of not more than 130
uF/Km at 800 Hz.

(b) Installation

# Cable in conduits

General single core cable (non-sheathed) shall be installed in metal conduits. The conduit
sizes shall be as specified in the drawings. It shall be ensured that cables are not scratched/

169
damaged during pulling for long lengths, pull boxes shall be used even between drawing-in
boxes and any single bend shall not be less than 90°.

The internal radius of every bend in a cable shall not less than the appropriate value stated
below.

Factor to be applied to
overall dia of cable to
Installation Finish Over all Diameter
determine min. Internal
radius of bends.
Rubber of PVC Non- Up to 20 mm² 2
(Circulation copper Armoured Above 10 mm²up to 25 4
ofAluminium mm²
Strandedconductors) Exceeding 25mm² 6
Armoured Any 6

The cables up to 2.5 mm2 shall be of scald conductor and therefore, jointing of these cables
shall be done through porcelain connector and the connector shall be wound with allowed
and it in that case, BIB tape before placing in the box. If connectors are not available,
twisting shall be allowed and in that case. Every connection shall have at lest 1/2'' twisting
(min. 10 twists per inch) and the twisted portion should be bent to place it in parallel to the
cable with min. of 2 layers of BIB tape wound ever it for a length of 1.50'' Termination of
cables up to 2.5 mm shall be done by making a loop at the end and for higher sizes brass
cable terminals shall be used. Tee-off joints in the cable to lighting points, switches etc. shall
be made in the switchboards only. All 3-4 core PVC cables shall be terminated using brass
cable glands of proper size.

At construction joint crossing, across expansion joint fitting as per drawing shall be installed
and the cables shall be run through such fitting.

# Cable of Batten

Maximum horizontal spacing of link clip shall be 4 inches and vertical spacing 6 inches. One
single clip shall not hold more than two twin core cables of 1.5 mm² size. For cables of
above1.5 mm² size, one clip shall hold only on twin core cable.

When wiring passes through floors, it shall pass through GI Pipes of appropriate size up to a
minimum height of 6 inches from the floor. On the other hand when wiring passes through
walls, it shall pass through PVC pipe of required size up to a length equal to the width of the
wall. Cost of such GI pipe as mentioned here shall be deemed to be included in the rate for
the appropriate item of schedule of items, and a no extra claim shall be entertained.

# Cable in trench

The size of trench shall be of minimum 2'-9'' depth and 1'-6'' width for a cable to be laid,
Where more than one cable shall be laid in the trench, the width of the trench shall be
increased by 6'' for each additional cable.

A cushion of sand of F.M. 1.3.6 thick shall be placed over the bed of the trench over which
the cable shall be laid.

170
After laying the cable, first class brick on edge or flat shall be placed as separator between
the cables. After installation of the brick separator, sand filling shall be done up to 6'' from
the top of the biggest cable. After sand filling, two layers of first class bricks flat shall be
placed along the length and breadth of the trench as a protection and indication that a power
cable is laid.

The rest of trench shall be filled-in with earth, watered and rammed in 6'' layers. After cables
are laid the original ground conditions shall be restored, but if the brick pavement drain,
concrete road or bituminous carpeted road are cut across or damaged, those shall be
reconstructed and restored to the original condition.

The cable route shall be as direct as possible and shall receive the Engineer-in-charge's
approval before excavation.

All cable bends shall have a radius of not less than 2 times the diameter of the cable or 20
times the dia of the cable, whichever is greater.

GI Pipes shall be provided for all roads and drain crossing. These pipes shall be laid direct
in the ground without any sand bed, sand layer, brick or cable covers.

Cables shall invariably be laid out into the ground from overhead lines through G.I Pipe of
suitable size as decided by the Engineer-in-charge. The vertical length of the pipe shall not
be less than 10'-0'' No extra cost shall be paid for such pipes. The exposed cut of the pipes
shall be sealed using PVC or wooden plugs.

The Contractor shall exercise great care in handing the cable and avoid forming of
''KLINKS'' The cable drum shall preferably be conveyed on wheeled cable drum carrier and
unrolled and laid directly from the drum carrier. Carrying by trailer or trucks is allowed only if
proper area is taken during the drums and unrolling is done after placing rolled in the
direction as indicated on the drum by the manufacturers.

GI cable markers shall be installed at every turning point of the trench.

After cable is laid, it will be tested by the Engineer-in-charge. If the test is unsatisfactory the
cost of all repairs and replacement shall be borne by the contractor.

All casing and passages necessary for lying of cables indoor shall be done by the contractor
and the same shall be made good by the contractor, to the satisfaction of the Engineer-in-
charge without an extra charge to the Employer.

When trenches are left open overnight, and where road shall be cut the contractor shall
exhibit suitable danger signals such as banners, red lights, red flags etc. at his own cost.
Temporary arrangement by placing wooden sleepers/ steel sheet etc. across the road
cutting for vehicular traffic movement are also to be made by the contractor at no extra cost.
The contractor shall be wholly responsible for accident, which may occur due to the
negligence of the contractor.

All road excavation: Shall be filled up in layers with local sand and suitably watered and
rammed in such a manner that after completion of the work there is no land subsidence. The
road to shall be reconstructed to match the existing road pavements. No trench shall be dug
until all cable meant for laying are procured and brought at site store. Cost of any

171
dewatering, shuttering and shoring of trench required to be done shall be borne by the
contractor.

# Connection of Switches

The phase wire shall be connected to the switches and the neutral wire shall be kept solid in
all switch connections

# Cable colour

All cable used shall have colour as stated below:

Two -wire single phase AC system

Red, Yellow or Blue for phase line or switch wire, Black for neutral and Green for earth.

Three-wire Two phase AC system

Red for one Phase, Black for common return yellow for other phase.

Three or Four- wire three phase AC system

Red for first phase.Yellow for second phase, Blue for third phase.

Black for Neutral.

Two-wire DC System

Red for positive or switch wire, Black for negative

For two wire final sub-circuits, whether AC or DC supplying lighting or power circuits, the
neutral or ''middle'' wire shall always be black and the phase or outer wire (no matter witch
phase it is connected to) shall always be used from the switch to the light.

# Insulation test

Insulation test of whole installation shall be carried out using 500 V Meggre, in presence of
authorized representative of Engineer-in-charge and result submitted to the Engineer in-
charge for approval.

# Method of measurement

Measurement for payment shall be linear foot of cables in place for vertical and horizontal
run. The lengths shall be rounded to the nearest foot and calculated form the ''as built''
single line diagram.

# Basis of payment

The quantity of completed and accepted work measured as provided above shall be paid for
at the contract price, per foot, which payment shall constitute full compensation for
furnishing all materials, equipment and labour for cables, providing all accessories preparing

172
'' as built'' drawings and providing all incidentals and consumable necessary to complete this
item of work including the insulation test.

18.4 Light fittings

# Materials

The light fittings shall be constructed as per schedule and shall comply with the relevant
requirements of applicable BS including BS 4533.

The chokes, if applicable shall comply with the requirements of BS 2818 and shall be Philips
thorn, or approved equivalent quality and shall have appropriate power fact reconnection
capacitor (250 Volt 2.5 uF for 20 W and 40 W tubes, 5 uF for 65 W tubes and 8 uF for 80 W
tubes if used with thorn chocks for other chokes of approved quality the improved P.F shall
not be less than 0.90)

All incandescent light fittings except where specifically stated otherwise shall have un
switched brass holders for BS 22/25/26 tamps caps complying with BS 52: 1963.

Appropriate samples of light fittings with chokes and starters shall be submitted to the
Engineer-in-charge for approval prior to installation.

# Installation

The light fitting shall be installed in accordance with the applicable fittings layout drawings.

All pendent fittings shall be supported by brass tubing of specified size from brass ceiling
bass plate with at least 3/8'' screw-hub.

The location of outlet shown on diagrammatic wiring plans shall be considered as


approximate and it shall be incumbent upon the Contractor, before installation of outlets
boxes to study all pertinent drawings and obtain precise information from the architectural
schedules and drawings, large scale and full size details of finished rooms and approved
shop drawings of other trades. It shall be understood that any outlet may be relocated at a
distance not exceeding 15 feet from the location shown on the drawings.

In contouring outlets, due allowance shall be made for overhead piping ducts, window and
door trim variations in thickness of running, plastering etc. as erected, regardless of
conditions which may be otherwise shown on small drawings. Outlets incorrectly located
shall be properly relocated at the contractor's expense.

# Method of measurement

Measurement for payment shall be done by units of lights installed in place. Each fitting
complete with all accessories and consumables shall be considered as one unit.

# Basis of payment

The quantity of completed and accepted work measurement as provided above shall be laid
for at contract unit price per unit number (each) which payment shall constitute full
compensation for furnishing all labour, tools and materials including supply of consumables

173
accessories and incidentals necessary to complete this item of work.

18.5 Earth continuity conductors

# Materials

These shall be electrolytic annealed copper of 100% conductivity at 20°C 68°F)


(International Annealed Copper standard) with resistivity of 0.15318 ohm at 20°C (68°F and
density of 0321171 lb/cu in for meeting the requirements of BS 6360: 1960 or its metric
adoption.

# Installation

The earth continuity conductor (ECC) and earthing lead shall run in accordance with the
drawings and direction and all metal fitting shall be earthed with ECC. All the ECC from the
various circuits, socket etc. shall be connected to the earthing block located near the
DB/SDB Sizes of ECC shall be as stated in the drawing. All DB/SDB/SB shall be
interconnected with ECC. The ECC shall be interconnected and draw alongwith the cables
and no joint shall be allowed from earthing block of the respective earth point. Light and fan
points except where indicated otherwise will not be earthed.

# Method of measurement

Measurement for payment shall be made by linear foot of earth continuity conductor in place
for vertical or horizontal runs. The length shall be rounded to nearest foot and measured
form ''as- built'' single line diagram.

# Basis of PAYMENT

The quantity of completed and accepted works measured as provided above shall be paid
for at the contract unit price per foot which payment shall constitute full compensation for
furnishing all materials, labour, tools and incidentals necessary to complete this item of
work.

18.6 Distribution Boards/ Sub- Distribution Boards etc

# Materials

The DB/SDB shall be as per schedule and shall be safety dead front fixed type having circuit
breakers/solatorsk. Panels shall be designed for operation on a 400V, 50 HZ, 3 -phase, 4
wire system. Breakers shall have inverse time tripping with thermal/ magnetic trip elements.
All circuit breakers shall be trip- free and shall be of the indicating type. The panels shall
have the phases clearly marked and where required shall have solid neutral buses. The
panel shall be constructed as per schedule and shall comply with relevant requirements of
applicable BS Including BS 4649 where applicable and shall be painted with two (2 coats of
grey Duco to BS 381C shade 631. with standard concentric knockouts of required sizes all
around. The panels shall have printed directory frames and be fixed directly inside the door.
The door shall be provided with flush lock and handle. All doors shall be keyed alike. All
hinges shall be concealed.

174
Nominal sizes indicated on the schedule are based on other will specifications.

The MCB/MCCBs shall be quick-make, quick-break types and shall have inverse time limit
characteristics with instantaneous magnetic trip elements functioning on over loads above
the normal operating range. All circuit breakers shall be trip-free. Rating and frame sizes of
breakers shall be in accordance with schedule. All lugs shall be of the sholderless
mechanical type. The Miniature Circuit Breakers (MCB) shall comply with BS 387 part 1
(1965) category M4 (5A to 60 A). Rated voltage 240/415 V AC 50 Hz. Interrupting capacity
4000 amp; capable of providing overload and short circuit protection. Through thermal and
magnetic trip actions respectively, item, rating 40C, preferably tropicalised (moisture-fungus-
corrosion treated) with contracts of silver alloy, terminal capability up to 10 sqm wire, the
MCCB shall comply with BS 3871, part 11 (1966). Rated voltage 600 AC 50 Hz with
overload and short circuit protection to thermal and magnetic tripping action, interrupting
capacity as indicated in the scheduled, temperature rating 40ºC preferably tropicalised
(moisture-lungus- corrosion treated) terminal capacity up to 35 sqm wire.

# Installation

The board shall be installed in accordance with applicable layout drawings Minimum height
of bottom of the boards from the floor level shall be 2'-0'' and maximum height of any circuit
breaker/ switch shall be 6'-0'' from the floor level.

The location of DB/SDN shown on diagrammatic wiring plans shall be considered as


approximate and it shall be incumbent upon the Contractor, before installation of DB/SDB to
study all pertinent drawings and obtain process information from the architectural schedules
and drawings, large scale and full size details of finished rooms and approved shop
drawings, large scale and full size details of finished rooms and approved shop drawings of
other trades. It shall be understood that any DB/SDB may be located at a distance not
exceeding 15 ft from the location shown on the drawing. In entering DB/SDB due allowance
shall be made for overhead, piping, ducts, window and door trim, variations in thickness of
furring. Plastering, etc erected, regardless of conditions, which might be other wise shown in
small-scale drawings. DB/SDB incorrectly located shall be properly relocated at the
contractor's expense.

# Method of measurement

Measurement for payment shall be by lunits of DB/SDB installed in place. Each DB/SDB
complete with all accessories and consumables, shall be considered as one unit.

# Basis of payment

The amount of completed and accepted work measured as provided above shall be paid for
at the contract unit price for each, which payment shall be constitute full compensation for
furnishing all labour, tools materials such as DB, MCCB isolators, equipment and
accessories fabricated angle- iron frame, pipe supports, cable glands etc. and all other
consumables and incidentals necessary to complete this item of work in all respects.

18.7 Ceiling Rose / Exhaust/ Wall Fans

# Materials

The ceiling rose shall be moulded plastic approved quality.

175
The Coiling fans shall be of capacitor type. AC 240 V, single phase, 50 Hz. complete with
regulator, suspension rod of require length, canopy and shall be constructed in accordance
with applicable BS specifications Appropriate samples shall be submitted for approval prior
to installation of the fans.

Exhaust fans shall be as per schedule and shall be constructed in accordance to applicable
BS. specifications. Appropriate samples shall be submitted for approval prior to installation
of fans.

# Installation

The fans shall be installed in accordance with the applicable fan layout drawing Circular box
in ceiling rose for fan outlet shall be at the centre of the clamp, as detailed in the drawings.

Fans shall have the following installation height except where indicated otherwise. Ceiling
fan bottom: 8'6'' from the floor

Exhaust fan top: 1'0'' from ceiling

Wall fan blade end: 8'6'' from the floor.

Further, specification set-out in installation, light fittings shall also apply.

# Method of Measurement

Measurement for payment shall be made by units of fans installed in place. Each fan
complete with of accessories, e.g. fan, regulator, ceiling rose etc. shall be considered as one
unit of fan.

# Basis of payment

The quality of completed and accepted work measured as provided above shall be paid for
at the contract unit price, for each which payment shall include full compensation for
furnishing all labour, tools and installation materials including fan, regulator and all other
consumables and incidentals necessary to complete this item of work.

18.8 Switch Boards and Fan Regulator

# Materials

Switchboards and fan regulator board shall be as per schedule and shall have rocker/piano
switches and fan regulators. The rockor/ piano switches shall be vertical single pole (1-
way/2 way) SA. A.C complying to BS 3676:1863 and with the test requirements for inductive
fluorescent or resistive loads specified and satisfy the requirements for 3-type of fluorescent
lamp circuits up to the ration of these switches as set out in B.S. 3676 amendment 3. 1963.

The switches shall have a minimum clearance of 3 mm between the contacts and a similar
crepagae distance. All contacts shall be faced with puro nilwen /silwer cadmium oxide alloy.
The switch operating member shall pivot independently of the rocker piano, making the
spade and make and brand independent of the speed at which the rocker is operated.

176
Terminal capability: minimum 2x2.5 sqm conductors for each, appropriate samples shall be
submitted for approval to Engineer-in-charge prior to installation of switches, Each board
shall have an earthing block of Cu or brass (1-1/2''x3/8'') with 3x3/16'' drilled holds to
necessary tapped trends for 3/16'' screws) Box ears shall be at least 14 SWG.

# Installation

The Switch boards and fan regulator boards shall be installed in wall at a height of 4'-6''
(bottom level), fit not specified otherwise, from the floor level and at locations shown in
applicable layout drawings. The fan regulators shall be installed inside the box with regulator
knobs projected over the covering if not specified otherwise. The phase wire shall be
connected to the switches and the neutral wire shall be kept solid in all switch connectors.
The ECC shall be connected to the earth pts inside the SB. Only approved sized steel boxes
shall be installed at the time of construction of the wall to avoid chasing in wall.

The location boards shown on diagrammatic wiring plans shall be considered as


approximate and it shall be incumbent upon the Contractor, before installation of SB/RB
boxes to study all pertinent drawings and obtain all pertinent information's Specifications sot
out in Article 2.03 b shall also apply.

# Method of Measurement

Measurement for payment shall be unit of SB and/or fan regulators boards, in place. Each
SB of regulator board with cover.Sheet steel box etc. Shall be considered as one unit:

# Basis of Payment

The quality of completed and accepted work measured as provided above including SB, fan
regulator board complete with plate switches, regulators and other accessories,
consumables and incidentals necessary to complete this item of work.

18.9 Socket/ MCB/ MCCB/TV Antenna Outlets

# Materials

All socket outlets, except the shaver sockets, shall be round-pin type white in colour
confirming to BS 546: 1950 (3 -Pins) and BS 382: part I 1930 (2-Pins). The socket tuble
shall be self-adjusting for pitch to non-expanding size limiting only to protect the internal
contacts from distortion. All sockets (where applicable) shall have silver/silver/ silver-CD
oxide alloy contacts in which contact pressure shall be permanently maintained by
subsidiary helical compression springs. All mouldings shall be made from Amino plastic urea
moulding powders to BS 1322:1956 and shall possess high truck resisting qualities. These
shall, be supplied to counter-sunk Cd-plated fixing screws and mounted in 18 SWG hammer
painted sheet steel box having brass earth pt. as per drawing and direction.

The controlled sockets to MCCB/ MCB, if applicable shall be unswitched and the box shall
have earth point. For spaces of MCB/MCCB refer to article 2.50 a.

The shaver socket outlets shall comply with BS 3052 and shall incorporate and transformer
protected by a self-reserting over current devices and a switch disconnecting the
transformer from supply when no shaver is connected. These shall accept both round pin
and flat pin plugs.

177
T.V antenna outlet shall be as per schedule.

# Installation

Socket/ MCCB/MCB/T.V. antenna outlets be installed on all to lower and after face plate at a
height of 9'' from the floor. If not specified otherwise and location shown in the applicable
layout drawings.

The controlled outlet (socket and blank box) of MCB/MCCB shall be on wall with lower edge
of the faceplate 6'' above the upper edge of lintel, if not specified otherwise.

The fixing of the units on the outlets boxes shall be by means of flat head. Cd-plated screws.
The flat head of the screw shall be sunk in the plate so as to finish flush to the surface of the
cover. The mounting heights of the outlets shall be as shown in the drawings. The earth wire
shall be connected to earth plate of the boxes to the third pole of the 3 pin sockets, 2-pin
socket out lets are for T.V and shavers only.

Conditions set out in Article 2.03 b (iii) shall also apply

# Method of measurement

Measurement for payment shall be units of sockets/ MCB outlets installed in place. Each
sockets/ MCB outlets complete in sheet steel box socket, controlling MCB cover etc. shall be
considered as one unit.

# Basis of payment

The quantity of completed and accepted work measured as provided above shall be paid for
at the contract price for each, which payment shall constitute full compensation for
furnishing all labour, tools etc. including socket/ MCB outlets, sheet box, all consumables
and incidentals necessary to complete this item of work.

18.10 Earthing

# Materials

Earth Electrodes

Plate Electrode (where applicable) shall be cold rolled (single) copper plate 2' x 2' x 1/8''
having provision for connecting the earthing lead.

Pipe Electrode (where applicable)

This will be 1-1/2'' dia G. I pipe with two 1/8'' dia holes across the pipe diameter at every 4'-
0''length of the pipe.

Earthing lead

Earthing lead shall consists of copper conductor as per specification given in Article 2.03 a.
All terminal lugs are of copper and nut-bolts of brass.

178
Earthing Block

Earthing block shall be solid electrolytic copper, cast and machined, of size as per schedule
having at least 10 (3/16'' dia) drilled holes for accommodating the terminals of the earth
continuity conductor, requisite number of brass nuts, bolts and washers shall also be
provided.

Earth inspection pit

Brick used shall be 1st class. Only approved quality cement shall be used. Jhama brick
khoa for RCC cover shall be 1'' downgraded (up to 1/4'') and shall be washed leaned before
casting 1/4'' dia M.S Rods 10'' c/c. with two 2/8'' dia M.S. hook (of 2'' diameter) shall be
provided in the cover slab.

# Installation

Earth Electrodes

The plate earth electrode (if applicable) shall be buried below ground level as or schedule
and installed in an upright position and completely surrounded by a bed of at least one foot
of charcoal mixed with lime and packed hard. Distance between any two earth electrodes
shall be at least 25'.

The pipe earth electrode shall be buried below ground level, as per schedule by tube well
sinking method. The earth lead from the main earth electrodes shall be installed in G.I. pipe
of specified diameter. The terminal connected to the earth electrode shall use a brass-
clamp. After making the connection, the clamp shall be covered with bitumen poured hot
and covered with jute cloth.

Earthing leads

The earthing leads from the earth electrode shall be connected to the earthing block near
DB double run of specified copper conductor (preferably tinned) shall be brought out as
earth lead for the earth electrode through GI Pipe from the electrode and connected to the
earth block. There shall be no joint in the copper earth lead. All earthing load shall follow the
shortest and most direct route the earth electrode and short bends and joints shall be made
mechanically strong and electrode continuous with minimum of resistance.

Earth inspection pit

The earth inspection pit shall be constructed as per schedule and direction. The slab shall
have level surface and the pit shall have well formed regular sides, water curing for the slab
and the pit shall be done for a minimum of 14 days.

Maximum Earthing loop Resistance

The maximum earth loop resistance from any point in the installation including earthing lead
to the earth electrode shall not exceed the resistance specified in the schedule or that

179
indicated by the Engineer. The contractor must ensure that the leads are efficiently bonded
to all metal works other than the current parts, so that the above resistance level is not
exceeded. It will be the duly of the contractor to provide earth tester, test the installation in
presence of the Engineer-in-charge and submit earth report to the Engineer for approval.

# Method of Measurement

Earthing

Measurement for payment for payment shall be as per linear foot of earthing load installed in
place including necessary terminal lugs, nuts, bolts etc or ''Ber set'' (as applicable) of earth
electrode (s) installed in place.

Earthing load

Measurement for payment shall be made by linear foot of earthing load installed in place
including necessary terminal lugs, nuts- bolts etc.

Earthing Block

Measurement for payment shall be made by nits of earthing block installed in place
complete with all connections.

Earth Inspection Pit

Measurement for payment shall be as per set of earth inspection pit installed in place.

# Basis of Payment

The quantity of completed and accepted work measured as provided above shall be paid for
at the contract unit price. 'Price, ''Per set/ rft'' (as applicable) which payment shall constitute
full compensation for furnishing all materials, labour, tools, equipment and material including
supply of all accessories consumables and incidentals necessary to complete.

18.11 Telephone

# Materials

Metal conduit G.I Pipe, etc

Refer to article 2.01 a

Telephone Pull Box. Junction Box, etc

As per schedule also relevant portions of Article 1.01.1 shall apply. Telephone connection
strips, wherever applicable be of standard acceptable to T & T authority.

Telephone grommet

The telephone grommet shall be constructed as per schedule of 18 SWG sheet steel and
shall comply with relevant requirements of applicable B.S.

180
Telephone Plug

Telephone plug shall be made of brass, nickel-plated with rubular insulation and solder
terminals. It shall be tested at 1000 V AC and shall fit all standard telephone jacks.

Telephone jacks

The jack shall be made of brass; nickel-plated bushing nickel insulation brass hexagonal nut
and steel mounting washer.

# Installation

Metal conduit GI Pipe, etc

Refer to Article 2.02 b

The junction boxes shall be installed flush in wall/ column

The junction boxes shall be placed in position during construction of the wall. The pull box
shall be floor mounted, flushed with finished floor, made water tight with required rubber
gasket and telescoping cover and installed during casting of floor slab. Also relevant
portions of Article 2.01 b shall apply.

# Method of Measurement

Measurement for payment shall be unit of telephone grommet pull/junction box and by liner
root of pipes installed in place complete with MS box.

# Basis of Payment

The quantity of completed and accepted works measured as provided above shall be paid
for the contract unit price, for each/per rft. (As applicable), which payment shall constitute full
compensation for furnishing all materials, labour, tools and equipment and installing
materials including telephone grommet/PB/JB/MS box and all other accessories,
consumables and incidentals necessary to complete this item of work.

18.12 Lighting Arrestor

# Materials

Air terminal shall be of copper of grade required for commercial work generally designed of
being 98% conductivity when annealed. The size and shape of the air terminal shall be as
drawing.

Roof Conductor

Roof conductor shall be made of copper of grade as detailed in 2.11 a (i) and of size as
indicated in the schedule.

Down conductor

Same as Article 2.11 a (ii)

181
Bending lead

Same as Article 2.11. 1 (ii)

Test Points

The test point shall be made as per schedule and drawing. The clamp assembles shall be
well formed and shall be of brass. The conductor terminal shall be provided in tinned Cu-
lugs of size as detailed in the drawing.

Earthing lead, earth electrode and earth inspection pit

Refer to Article 2.09. a for this specification.

# Installation

Air Terminals

Air terminals shall be clamped to the building as per drawing and in a manner that there is
no possibility of over-turning. Where necessary, additional braces, permanently and rightly
and rigidly attached to the building, shall be used. On mortar and in brickwork, all holes shall
be made with tools, such as a rowel bit, and shall be made in brick rather than in the mortar
joint.

All air terminals shall be installed in a manner to bring the tip not less than thirty inches
above the object to the protected.

Roof Conductor

Roof conductor shall be continuous and without any joint between termination. All
termination shall be prominent both electrically and mechanically. Where joining of a
conductor is absolutely unavoidable, it shall be made after express approval of the
Engineer, shall be mechanically strong and well made and provide adequate electrical
conductivity, which shall be secured by a contact area not less than double the conducting
cross-sectional area of the conductor.

No bonds in the conductor shall have a radius of less than 8'' and the angle of any turn shall
not exceed 90°. All conductors run shall preserve a downward and horizontal course. The
conductor shall be securely attached to the building by means of fasteners at the intervals
not exceeding 4'- 0'' and shall be embedded under roof finish or concealed in plaster.
Fasteners shall have cross- section not less than 14 SWG and shall be made of brass or
copper.

Appropriate samples of fasteners shall be submitted prior to installation of roof conductor.

Down Conductor

The down conductor shall be continuous and shall be installed as direction in the Schedule

These shall be securely fastened at the rooftop and at the plinth level by two screw masonry
fasteners.

182
Also appropriate portions of Artificial 2. 11 b (ii) shall be applied.

Bending Lead

Same as Article 2.11.b(ii) to the extent that is applicable.

Test point

The test point shall be installed during construction of the building wall and made flush to the
outside wall finish.

Cu-lugs shall be press fitted to the conductor terminals by crimping, tools, or shall be
breezed, or shall use cast brass hugbllock, the lug shall be bolted to the brass bar by means
of brass nuts and bolts.

Earth lead earth electrode and earth inspection pit

Refer to Article 2.09.b for this specifications.

# Method of Measurement

Measurement for payment shall be per unit of item completed with all accessories.

# Basis of Payment

The quality of completed and accepted works measured as provided shall be paid for at the
contract unit price, which payment shall constitute full compensation for furnishing all
materials labour tools and equipment and installation materials including switch board
complete with plate switches and other accessories, consumables and incidental necessary
complete the item of work.

18.13 Protection of fixtures, Materials and Equipment

Pipe openings shall be closed with caps or plugs during installation. Fixtures and equipment
shall be tightly covered and protected against dirty water and chemical or mechanical injury.
At the completion of the work. Fixture, materials and equipment shall be thoroughly cleaned
and delivered in a condition satisfactory to the Engineer-in-charge.

18.14 Approval and list of materials, fixtures and equipment

As soon as practicable after execution of contract and before any materials, fixture or
equipment are purchased, the Contractor shall submit to the Engineer-in-charge for
approval a complete list in triplicate of materials, fixtures and equipment to be used in the
work, with their brand and manufacture. Any materials, fixtures and equipment listed which
is not accordance with the specification requirements may be rejected.

18.15 Excavating, trenching and back filling

Excavating trenching and back filling is specified under Section 1B and 1C- EXCAVATING
AND FILLING AND GRADING

183
18.16 Materials and equipment

Soil, Waste, Rain Water and vent piping

All soil; waste Rainwater piped shall be cast iron reinforced concrete. PVC or cement
asbestos pipe as mentioned in the drawings. Schedule of item of works or as directed by the
Engineer-in- charge

Cast iron piped 2'' and above shall be heavy-duty type (I-I/CI) with spigot and soccer joints
having projecting ears. All fitting shall similar to the pipe.

Reinforced concrete pipes shall be centrifugal spun. All fitting shall be similar to the pipe.
PVC pipes shall be of approved size and shade with fittings similar to the pipe.

Cement Asbestos pipe shall be of approved size and quality with fittings similar to the pipe

Bending lead

Same as Article 2 11 b (ii) to the extent that is applicable

Test Point

The test point shall be installed during construction of the conductor terminals by crimping,
tools, or shall be breezed, or shall use cast brass Hugh lock, The lug shall be bolted to the
brass bar by means of brass nuts and bolts.

Earth lead earth electrode, and earth inspection pit

Refer to Article 2.09.b. for this specification.

# Method of Measurement

The quality of completed and accepted work, measured as provided shall be paid for at the
contract unit price. Which payment shall constitute full compensation for furnishing all
materials labour tools and equipment and installation materials including switchboard
complete with plate switches and other accessories. Consumables and incidental necessary
complete the item of work.

# Basis of payment

The quality of completed and accepted works measured as provided shall be paid for at the
contract unit price, which payment shall constitute full compensation for furnishing all
materials labour tools and equipment and installation materials including switch board
complete with plate switches and other accessories, consumables and incidental necessary
complete the item of work.

184
Section 8. Particular Specifications

NIL

185
Section 9.Drawings

Notes on Drawings

Insert here a list of Drawings. The actual Drawings, including site plans, should be
attached to this section or annexed in a separate folder. The Drawings shall be dated,
numbered and show the revision number.

(Following drawings of administrative building attached)


Ground floor plan
First floor plan
Second floor plan
Front Elevation
Cross section
Column layout
Beam layout
Slab details
Perspective view

186
187

You might also like