BID DOCUMENT. Renovation of Hukitola Building at Hukitola Dist:Kendrapara. (Package No.- ICZM/W/WL/16/ ] ON BEHALF OF

Size: px
Start display at page:

Download "BID DOCUMENT. Renovation of Hukitola Building at Hukitola Dist:Kendrapara. (Package No.- ICZM/W/WL/16/ ] ON BEHALF OF"

Transcription

1 BID DOCUMENT INTEGRATED COASTAL ZONE MANAGEMENT PROJECT STATE PROJECT MANAGEMENT UNIT ODISHA Renovation of Hukitola Building at Hukitola Dist:Kendrapara (Package No.- ICZM/W/WL/16/ ] ON BEHALF OF Priinciipall CCF (Wiilld Liiffe) & Chiieff Wiilld lliiffe warden 5 tthh Flloor B..D..A.. Appartment,, Prakrutii Bhawan Niillakantha Nagar,, Nayapallllii Bhubanesswar 1

2 BLANK PAGE 2

3 SECTION-I CONTENTS Section Description Page No. 1. a) Contents 3 b) Information about the Bid c) Invitation For Bids ( IFB) d) Agreement Form a) Instruction to bidders (ITB) b) Letter of acceptance c) Form of Notice to proceed with the work d) List of Documents to form the part of the agreement 3. Condition of contact Contact Data Technical Specifications Drawing Bill of Quantities (Contractor s Bid ) Forms of securities a) Bid Security b) Performance guarantee c) Performance bank guarantee ( unbalanced Item ) d) BG for advance payment ENVIRONMENTAL MANAGEMENT POLICY 10. COASTAL REGULATORY ZONE ACT/POLICY

4 BLANK PAGE 4

5 GOVERNMENT OF INDIA AND GOVERNMENT OF ORISSA INTIGRATED COASTAL ZONE MANAGEMENT PROJECT, Bid Id. NO.ICZMP/WL/W/16/13-14 NATIONAL COMPETITIVE BIDDING (Conservation, PH & Electrical Composite Work) NAME OF WORK : Renovation of Hukitola Building at Hukitola PERIOD OF SALE OF BIDDING : FROM To LAST DATE AND TIME FOR RECEIPT OF BIDS TIME AND DATE OF OPENING OF BIDS : DATE TIME 4.00 HOURS : DATE TIME 4.30 HOURS PLACE OF SALE OF BIDS : ICZMP, State Project Management Unit 108, Suryanagar, Bhubaneswar PLACE OF RECEIPT &OPENING OF BIDS : ICZMP, State Project Management Unit 108, Suryanagar, Bhubaneswar OFFICER INVITING BIDS : The Project Director, SPMU ICZM Society- ODISHA, Plot # 108,Unit VII, Suryanagar, Bhubaneswar

6 GOVERNMENT OF INDIA AND GOVERNMENT OF ORISSA INTIGRATED COASTAL ZONE MANAGEMENT PROJECT(ICZMP) NATIONAL COMPETITIVE BIDDING Bid Invitation Notice No:- ICZMP/WL/W/16/ Date: The Government of India has received a credit from the International Development Association for the INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP)and Government of ODISHA intends to apply a part of the funds to cover eligible payments under the contracts for construction of works as detailed below. Bidding is open to all bidders from eligible source countries as defined in the IBRD Guidelines for Procurement. Bidders from India should, however, be registered with the Government of ODISHA/ other State Government/ Government of India or State/ Central Government undertakings. Bidders are advised to note the minimum qualification criteria specified in Clause 4 of the Instructions to Bidders to qualify for the award of the contract. 2. The Project Director, State Project Management Unit, Integrated Coastal Management Society of ODISHA on behalf of The Conservator of forests (WL)-cum- Nodal Officer, ICZMP, Odisha, Bhubaneswar now invites bids for the construction of works as detailed in the table below. 3. Bidding documents (and additional copies) may be purchased from Office of the Project Director, Integrated Coastal Zone Management Society of ODISHA, between to ,for a nonrefundable fee (three sets) as indicated in table below, in the form of Demand Draft on any Scheduled bank payable at Bhubaneswar in favour of Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar. Interested bidders may obtain further information at the same address. Bidding documents requested by mail will be dispatched by registered/speed post on payment of an extra amount of Rs The Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar will not be held responsible for the postal delay if any, in the delivery of the documents or non-receipt of the same. The notice and the bid document for the work can also be seen with option to download from the Project website The down loaded bid document can be submitted along with non refundable fee mentioned in the Table towards the cost of the bid document. The Project Director, Integrated Coastal Management Society of ODISHA, Bhubaneswar will not accept the same if any portion of the downloaded document differs from the approved bid document available in the above mentioned office. In such cases the bidder would be responsible for ensuring that any addenda available in web site is also downloaded & incorporated. The download facility will be available from between upto 17.00Hrs 4. Bids must also be accompanied by Bid security of the amount specified for the work in the column (5) of the table below, drawn in favour of Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar. Bid security will have to be in any one of the forms as specified in the bidding document and shall have to be valid for 45 days beyond the validity of the bid. 5. Bids must be delivered to the Office of the Project Director, State Project Management Unit, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar, on or before 4.00 Hrs on and will be opened on the same day at 4.30 Hrs, in the presence of the bidders or their authorized representatives, who wish to attend. If the office happens to be closed on the date of receipt of the bids as specified, the bids will be received and opened on the next working day at the same time and venue. 6. Other details can be seen in the bidding documents 6

7 TABLE (Name of work: Conservation of Heritage Building at Hukitola,Dist.Kendrapada) Package No.: ICZMP/PM/W/16/ Package No. Name of the Work Approximate Value of Work (in Lakhs INR.) Bid security (in INR.) Cost of Bid Document (in Rs.) Period of Completion ICZMP/W/ WL/16/ Renovation of Hukitola Building at Hukitola under Kendrapara district ,00,300/- 5, months(inc lusing rainy season) Addl. Project Director(O), Integrated Coastal Zone Management Project, Bhubaneswar Memo No. Dt Copy to the Conservator of forests (WL)-cum- Nodal Officer, ICZMP, Odisha for information and necessary action. Addl. Project Director(O), Integrated Coastal Zone Management Project, Bhubaneswar 7

8 SECTION 1: INSTRUCTIONS TO BIDDERS (ITB) 8

9 Table of Clauses Section 1: Instructions to Bidders A. General Page No. D. Submission of Bids Page No. 1. Scope of Bid Sealing and Marking of Bids Source of Funds Deadline for Submission of Bids Eligible Bidders Late Bids Qualification of the Bidder Modification and Withdrawal of Bids One Bid per Bidder Cost of Bidding Site Visit 13 B. Bidding Documents E. Bid Opening and Evaluation 8. Content of Bidding Documents Bid Opening Clarification of Bidding Documents Process to be Confidential Amendment of Bidding Documents Clarification of Bids Examination of Bids and Determination of Responsiveness Correction of Errors 18 C. Preparation of Bids 28. Currency for Bid Evaluation 29. Evaluation and Comparison of Bids Language of Bid Preference for Domestic Bidders 12. Documents Comprising the Bid Bid Prices 14 F. Award of Contract 14. Currencies of Bid and Payment Bid Validity Award Criteria Bid Security Employer's Right to Accept any Bid and to Reject any or all Bids Alternative Proposals by Bidders Notification of Award Format and Signing of Bid Performance Security Advance Payment and Security Adjudicator Corrupt or Fraudulent Practices 20 9

10 A. General 1. Scope of Bid 1.1 The Project Director, Integrated Coastal Zone Management Society of ODISHA., Bhubaneswar, (referred to as Employer in these documents) invites bids for the construction of works (as defined in these documents and referred to as "the works") detailed in the table given in IFB. The bidders may submit bids for any or all of the works detailed in the table given in IFB. 1.2 The successful bidder will be expected to complete the works by the intended completion date specified in the Contract data. 2. Source of Funds 2.1 The Government of India has received a credit from International Development Association (hereinafter interchangeably called the Bank ) towards the cost of Integrated Coastal Zone Management Project and Government of ODISHA intends to apply a part of the funds to cover eligible payments under the contract for the Works. Payments by the Bank will be made only at the request of the borrower and upon approval of the Bank in accordance with the Credit Agreement, and will be subject in all respects to the terms and conditions of that Agreement. Except as the Bank may specifically otherwise agree, no party other than the borrower shall derive any rights from the Credit Agreement or have any rights to the credit proceeds. 2.2 The credit agreement prohibits a withdrawal from the credit account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Bank, is prohibited by a decision of the United Nations Security Council, taken under Chapter VII of the Charter of the United Nations. 3. Eligible Bidders 3.1 This Invitation for Bids is open to all bidders from the eligible countries as defined under the IBRD Guidelines for Procurement. Any materials, equipment, and services to be used in the performance of the Contract shall have their origin in the eligible source countries. 3.2 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a statement that the Bidder is not associated, nor has been associated in the past, directly or indirectly, with the Consultant or any other entity that has prepared the design, specifications, and other documents for the Project or being proposed as Project Manager for the Contract. A firm that has been engaged by the Borrower to provide consulting services for the preparation or supervision of the works, and any of its affiliates, shall not be eligible to bid. 3.3 Government-owned enterprises in the Employer s country may only participate if they are legally and financially autonomous, operate under commercial law and are not a dependent agency of the Borrower or Sub-borrower. 3.4 Bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices issued by the Bank in accordance with sub-clause Qualification of the Bidder 10

11 4.1 All bidders shall provide in Section 2, Forms of Bid and Qualification Information, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary. 4.2 In the event that Pre-qualification of potential bidders has been undertaken, only bids from prequalified bidders will be considered for award for Contract. These qualified bidders should submit with their bids any information updating their original prequalification applications or, alternatively, confirm in their bids that the originally submitted prequalification information remains essentially correct as of date of bid submission. The update or confirmation should be provided in Section If the Employer has not undertaken prequalification of potential bidders, all bidders shall include the following information and documents with their bids in Section 2: (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) copies of original documents defining the constitution or legal status, place of registration, and principal place of business; written power of attorney of the signatory of the Bid to commit the Bidder; total monetary value of construction work performed for each of the last five years; experience in works of a similar nature and size for each of the last five years, and details of works under way or contractually committed; and clients who may be contacted for further information on those contracts; major items of construction equipment proposed to carry out the Contract; qualifications and experience of key site management and technical personnel proposed for the Contract; reports on the financial standing of the Bidder, such as profit and loss statements and auditor's reports for the past five years; evidence of adequacy of working capital for this contract (access to line (s) of credit and availability of other financial resources); authority to seek references from the Bidder's bankers; information regarding any litigation or arbitration resulting from contracts executed by the Bidder in the last five years or currently under execution. The information shall include the names of the parties concerned, the disputed amount, cause of litigation, and matter in dispute; proposals for subcontracting components of the Works which in aggregate add to more than 20 percent of the Bid Price (for each, the qualifications and experience of the identified subcontractor in the relevant field should be annexed; no vertical splitting of work for subcontracting is acceptable); and the proposed methodology and program of construction including Environmental Management Plan, backed with equipment, materials and manpower planning and deployment, duly supported with broad calculations and quality control procedures proposed to be adopted, justifying their capability of execution and completion of the work as per technical specifications within the stipulated period of completion as per milestones 11

12 4.4 Bids from Joint ventures are not acceptable. 4.5 A. To qualify for award of the contract, each bidder in its name should have in the last five years i.e to :* (a) Achieved, in at least one financial year, a minimum annual financial turnover (in all classes of Civil Engineering works) of Rs. (b ) Satisfactorily completed (not less than 90% of contract value), as a prime contractor, (or as subcontractor duly certified by the employer/main contractor) at least one similar work (Conservation of building Works ) of value not less Rs Lakhs (c) Executed in any one year, the following minimum quantities of work: - HG Stone Masonry/Brick Work Cum - Tiled Flooring Sqm - Small Eye Laterite Stone Masonary Cum - General Vegetation Cleaning Sqm. - Chemical Cleaning micro-vegetation, Extraction of Salinity Sqm. d) The contractor or his identified sub-contractor should possess required valid electrical license issued by The Electrical Inspector, Govt. of ODISHA or any appropriate authority of other State/Union of India for executing the building electrification(commercial-3ph,440 Volts) works and should have executed similar electrical works totaling Rs lakh in any one year. (e) (f) Not Required. Not Required.. (@)at * price level. Financial turnover and cost of completed works of previous years shall be given weightage of 10% per year based on rupee value to bring them to price level 4.5 B. Each bidder should further demonstrate: B. Each bidder should further demonstrate: (a) Availability (either owned or leased or by procurement against mobilization advances) of the following key and critical equipment for this work: Item Capacity / type No/s. Truck/ Tripper 10 T 1 Fungicide Sprayer 1 Double bed de-ioniser 10 lit/hour (minium) 1 Plant Needle/Immersion 25 mm / 40 mm 1 Vibrators(fueloperated/electric) Water Tanker 5000 litres 1 Water Pump 1 H.P. 1 NOTE: 12

13 Based on the studies, carried out by the Engineer the minimum suggested major equipment to attain the completion of works in accordance with the prescribed construction schedule are shown in the above list. The bidders should, however, undertake their own studies and furnish with their bid, a detailed construction planning and methodology supported with layout and necessary drawings and calculations (detailed) as stated in clause 4.3 (k) above to allow the employer to review their proposals. The numbers, types and capacities of each plant/equipment shall be shown in the proposals along with the cycle time for each operation for the given production capacity to match the requirements. (b) (c) availability for this work of a Project Manager(of minimum educational qualification Diploma in Civil Engg.) with no less than five years' experience in similar works on fulltime basis and other key personnel (i) Temple Mason for executing the landscaping Stone Masonary work for small eye laterite & Sandston) with adequate experience as required; and liquid assets and / or availability of credit facilities of no less than Rs 25 Lakhs in the format given in Section 2. (Credit lines / letter of credit / certificates from Banks for meeting the funds requirement etc.) 4.5 C. To qualify for a package of contracts made up of this and other contracts for which bids are invited in the IFB, the bidder must demonstrate having experience and resources sufficient to meet the aggregate of the qualifying criteria for the individual contracts. 4.6 Sub-contractors' experience and resources shall not be taken into account in determining the bidder's compliance with the qualifying criteria except to the extent stated in 4.5 (A) above 4.7 Bidders who meet the minimum qualification criteria will be qualified only if their available bid capacity is more than the total bid value. The available bid capacity will be calculated as under: where Assessed Available Bid capacity = ( A*N*1.5 - B ) A = Maximum value of Civil/Electrical engineering works executed in any one year during the last five years (updated to price level) taking into account the completed as well as works in progress. N = Number of years prescribed for completion of the works for which bids are invited. B = Value, at price level, of existing commitments and on-going works to be completed during the next 12 months. Note: The statements showing the value of existing commitments and on-going works as well as the stipulated period of completion remaining for each of the works listed should be countersigned by the Engineer in charge, not below the rank of an Executive Engineer or equivalent. 4.8 Even though the bidders meet the above qualifying criteria, they are subject to be disqualified if they have: - made misleading or false representations in the forms, statements and attachments submitted in proof of the qualification requirements; and/or - record of poor performance such as abandoning the works, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.; and/or 13

14 - participated in the previous bidding for the same work and had quoted unreasonably high bid prices and could not furnish rational justification to the employer. 5. One Bid per Bidder 5.1 Each bidder shall submit only one bid for one contract. A bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or requested) will cause all the proposals with the Bidder s participation to be disqualified. 6. Cost of Bidding 6.1 The bidder shall bear all costs associated with the preparation and submission of his Bid, and the Employer will in no case be responsible and liable for those costs. 7. Site visit 7.1 The Bidder, at the Bidder s own responsibility and risk is encouraged to visit and examine the Site of Works and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for construction of the Works. The costs of visiting the Site shall be at the Bidder's own expense. B. Bidding Documents 8. Content of Bidding Documents 8.1 The set of bidding documents comprises the documents listed in the table below and addenda issued in accordance with Clause 10: Invitation for Bids Section 1 Instructions to Bidders 2 Forms of Bid and Qualification Information 3 Conditions of Contract 4 Contract Data 5 Specifications 6 Drawings 7 Bills of Quantities 8 Forms of Securities 8.2 Of the three sets of the bidding documents supplied, two sets should be completed and returned with the bid. 9. Clarification of Bidding Documents 9.1 A prospective bidder requiring any clarification of the bidding documents may notify the Employer in writing or by cable (hereinafter "cable" includes telex and facsimile) at the Employer's address indicated in the invitation to bid. The Employer will respond to any request for clarification which he received earlier than 15 days prior to the deadline for submission of bids. Copies of the Employer's response will be forwarded to all purchasers of the bidding documents, including a description of the enquiry but without identifying its source. 9.2 Pre-bid meeting:deleted 14

15 10. Amendment of Bidding Documents 10.1 Before the deadline for submission of bids, the Employer may modify the bidding documents by issuing addenda Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing to all the purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum in writing to the Employer To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer shall extend as necessary the deadline for submission of bids, in accordance with Sub-Clause 20.2 below. C. Preparation of Bids 11. Language of the Bid 11.1 All documents relating to the bid shall be in the English language. 12. Documents comprising the Bid 12.1 The bid submitted by the bidder shall comprise the following: (a) The Bid (in the format indicated in Section 2). (b) Bid Security; (c) Priced Bill of Quantities; (d) Qualification Information Form and Documents; (e) Certificate of VAT clearance. and any other materials required to be completed and submitted by bidders in accordance with these instructions. The documents listed under Sections 2, 4 and 7 of Sub-Clause 8.1 shall be filled in without exception Bidders bidding for this contract together with other contracts stated in the IFB to form a package will so indicate in the bid together with any discounts offered for the award of more than one contract. 13. Bid Prices 13.1 The contract shall be for the whole works as described in Sub-Clause 1.1, based on the priced Bill Quantities submitted by the Bidder The bidder shall fill in rates and prices and line item total (both in figures and words) for all items of the Works described in the Bill of Quantities along with total bid price (both in figures and words). Items for which no rate or price is entered by the bidder will not be paid for by the Employer when executed and shall be deemed covered by the other rates and prices in the Bill of Quantities. Corrections, if any, shall be made by crossing out, initialing, dating and rewriting All duties, taxes, and other levies payable by the contractor under the contract, or for any other cause shall be included in the rates, prices and total Bid Price submitted by the Bidder. Note: Bidders may like to ascertain availability of excise/custom duty exemption benefits available in India to the contracts financed under World Bank loan/credits. They are solely responsible for obtaining such 15

16 benefits which they have considered in their bid and in case of failure to receive such benefits for reasons whatsoever, the employer will not compensate the bidder (contractor). Where the bidder has quoted taking into account such benefits, he must give all information required for issue of certificates in terms of such notifications as per form attached to the Qualification Information in the bid. To the extent the employer determines the quantity indicated therein are reasonable keeping in view the bill of quantities, construction programme and methodology, the certificates will be issued within 60 [sixty] days of signing of contract and no subsequent changes will be permitted. No certificate will be issued for items where no quantity/capacity of equipment is indicated in the statement. The bids which do not conform to the above provisions will be treated as non responsive and rejected. Any delay in procurement of the construction equipment /machinery/goods as a result of the above shall not be a cause for granting any extension of time The rates and prices quoted by the bidder shall be fixed for the duration of the Contract and shall not be subject to adjustment on any account. 14. Currencies of Bid and Payment 14.1 The unit rates and the prices shall be quoted by the bidder entirely in Indian Rupees. 15. Bid Validity 15.1 Bids shall remain valid for a period not less than ninety days after the deadline date for bid submission specified in Clause 20. bid valid for a shorter period shall be rejected by the Employer as non-responsive In exceptional circumstances, prior to expiry of the original time limit, the Employer may request that the bidders may extend the period of validity for a specified additional period. The request and the bidders' responses shall be made in writing or by cable. A bidder may refuse the request without forfeiting his bid security. A bidder agreeing to the request will not be required or permitted to modify his bid except as provided in 15.3 hereinafter, but will be required to extend the validity of his bid security for a period of the extension, and in compliance with Clause 16 in all respects Not Applicable 15.4 Bid evaluation will be based on the bid prices without taking into consideration the above correction. 16. Bid Security 16.1 The Bidder shall furnish, as part of his Bid, a Bid security in the amount as shown in column 5 of the table of IFB for this particular work. This bid security shall be in favour of The Project Director, Integrated Coastal Zone Management Society of ODISHA, Bhubaneswar and may be in one of the following forms: - A bank guarantee issued by a nationalized / scheduled bank located in India or - Certified cheque, Bank draft or Letter of Credit. or - National Savings Certificates / KissanVikasPatra duly pledged. - Term DepositeReiepts duly pledged 16

17 16.2 Bid Security issued as surety for the bid shall be valid for 135 days ( i.e 45 days beyond the validity of the bid ) after deadline of submission of Bid Any Bid not accompanied by an acceptable Bid Security and not secured as indicated in Sub- Clauses 16.1 and 16.2 above shall be rejected by the Employer as non-responsive The Bid Security of unsuccessful bidders will be returned within 28 days of the end of the bid validity period specified in Sub-Clause The Bid Security of the successful bidder will be discharged when the bidder has signed the Agreement and furnished the required Performance Security The Bid Security may be forfeited (a) (b) (c) if the Bidder withdraws the Bid after Bid opening during the period of Bid validity; if the Bidder does not accept the correction of the Bid Price, pursuant to Clause 27; or in the case of a successful Bidder, if the Bidder fails within the specified time limit to (i) (ii) sign the Agreement; or furnish the required Performance Security. 17. Alternative Proposals by Bidders 17.1 Bidders shall submit offers that comply with the requirements of the bidding documents, including the basic technical design as indicated in the drawing and specifications. Alternatives will not be considered. 18. Format and Signing of Bid 18.1 The Bidder shall prepare one original and one copy of the documents comprising the bid as described in Clause 12 of these Instructions to Bidders, bound with the volume containing the Form of Bid, and clearly marked "ORIGINAL" and "COPY" as appropriate. In the event of discrepancy between them, the original shall prevail The original and copy of the Bid shall be typed or written in indelible ink and shall be signed by a person or persons duly authorized to sign on behalf of the Bidder, pursuant to Sub-Clauses 4.3. All pages of the bid where entries or amendments have been made shall be initialed by the person or persons signing the bid The Bid shall contain no alterations or additions, except those to comply with instructions issued by the Employer, or as necessary to correct errors made by the bidder, in which case such corrections shall be initialed by the person or persons signing the bid The Bidder shall furnish information as described in the Form of Bid on commissions or gratuities, if any, paid or to be paid to agents relating to this Bid, and to contract execution if the Bidder is awarded the contract. 19. Sealing and Marking of Bids D. Submission of Bids 17

18 19.1 The Bidder shall seal the original and copy of the Bid in separate envelopes, duly marking the envelopes as "ORIGINAL" and "COPY". These envelopes (called as inner envelopes) shall then be put inside one outer envelope The inner and outer envelopes shall (a) and (b) be addressed to the Employer at the following address: The Project Director, ICZMP, 108- Surya Nagar, Bhubaneswar bear the following identification: - Renovation of Hukitola Building at Hukitola - Bid Reference No. :.ICZMP/WL/W/16/ DO NOT OPEN BEFORE. : 4.30 hours. On In addition to the identification required in Sub-Clause 19.2, the inner envelopes shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late, pursuant to Clause If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the bid. 20. Deadline for Submission of the Bids 20.1 Bids must be received by the Employer at the address specified above not later than 4.00 hours. on dt In the event of the specified date for the submission of bids declared a holiday for the Employer, the Bids will be received up to the appointed time on the next working day The Employer may extend the deadline for submission of bids by issuing an amendment in accordance with Clause 10, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will then be subject to the new deadline. 21. Late Bids 21.1 Any Bid received by the Employer after the deadline prescribed in Clause 20 will be returned unopened to the bidder. 22. Modification and Withdrawal of Bids 22.1 Bidders may modify or withdraw their bids by giving notice in writing before the deadline prescribed in Clause Each Bidder's modification or withdrawal notice shall be prepared, sealed, marked, and delivered in accordance with Clause 18 & 19, with the outer and inner envelopes additionally marked "MODIFICATION" or "WITHDRAWAL", as appropriate No bid may be modified after the deadline for submission of Bids Withdrawal or modification of a Bid between the deadline for submission of bids and the expiration of the original period of bid validity specified in Clause 15.1 above or as extended pursuant to Clause 15.2 may result in the forfeiture of the Bid security pursuant to Clause

19 22.5 Bidders may offer discounts to, or modify the prices of their Bids only by submitting Bid modifications in accordance with this clause, or included in the original Bid submission. 23. Bid Opening E. Bid Opening and Evaluation 23.1 The Employer will open all the Bids received (except those received late), including modifications made pursuant to Clause 22, in the presence of the Bidders or their representatives who choose to attend at 4:30 Hrs on dt at the place specified in Clause 20. In the event of the specified date of Bid opening being declared a holiday for the Employer, the Bids will be opened at the appointed time and location on the next working day Envelopes marked "WITHDRAWAL" shall be opened and read out first. Bids for which an acceptable notice of withdrawal has been submitted pursuant to Clause 22 shall not be opened. Subsequently all envelopes marked Modification shall be opened and the submissions therein read out in appropriate detail The Bidders' names, the Bid prices, the total amount of each Bid and of any alternative Bid (if alternatives have been requested or permitted), any discounts, Bid modifications and withdrawals, the presence or absence of Bid security, and such other details as the Employer may consider appropriate, will be announced by the Employer at the opening. No bid shall be rejected at bid opening except for the late bids pursuant to Clause 21. Bids [and modifications] sent pursuant to Clause 22 that are not opened and read out at bid opening will not be considered for further evaluation regardless of the circumstances. Late and withdrawn bids will be returned un-opened to bidders The Employer shall prepare minutes of the Bid opening, including the information disclosed to those present in accordance with Sub-Clause Process to Be Confidential 24.1 Information relating to the examination, clarification, evaluation, and comparison of Bids and recommendations for the award of a contract shall not be disclosed to Bidders or any other persons not officially concerned with such process until the award to the successful Bidder has been announced. Any effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the rejection of his Bid. 25. Clarification of Bids 25.1 To assist in the examination, evaluation, and comparison of Bids, the Employer may, at his discretion, ask any Bidder for clarification of his Bid, including breakdowns of the unit rates. The request for clarification and the response shall be in writing or by cable, but no change in the price or substance of the Bid shall besought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the Bids in accordance with Clause Subject to sub-clause 25.1, no Bidder shall contact the Employer on any matter relating to its bid from the time of the bid opening to the time the contract is awarded. If the Bidder wishes to bring additional information to the notice of the Employer, it should do so in writing. 19

20 25.3 Any effort by the Bidder to influence the Employer in the Employer's bid evaluation, bid comparison or contract award decisions may result in the rejection of the Bidders bid. 26. Examination of Bids and Determination of Responsiveness 26.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid (a) meets the eligibility criteria defined in Clause 3; (b) has been properly signed; (c) is accompanied by the required securities and; (d) is substantially responsive to the requirements of the Bidding documents A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one (a) which affects in any substantial way the scope, quality, or performance of the Works; (b) which limits in any substantial way, inconsistent with the Bidding documents, the Employer's rights or the Bidder's obligations under the Contract; or (c) whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids If a Bid is not substantially responsive, it will be rejected by the Employer, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation. 27. Correction of Errors 27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows: (a) (b) where there is a discrepancy between the rates in figures and in words, the rate in words will govern; and where there is a discrepancy between the unit and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount the Bid will be rejected, and the Bid security may be forfeited in accordance with Sub-Clause 16.6 (b). 28. Deleted 29. Evaluation and Comparison of Bids 29.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid Price as follows: (a) (b) (c) making any correction for errors pursuant to Clause 27; or making an appropriate adjustments for any other acceptable variations, deviations; and making appropriate adjustments to reflect discounts or other price modifications offered in accordance with Sub Clause

21 29.3 The Employer reserves the right to accept or reject any variation, deviation, or alternative offer. Variations, deviations, and alternative offers and other factors which are in excess of the requirements of the Bidding documents or otherwise result in unsolicited benefits for the Employer shall not be taken into account in Bid evaluation The estimated effect of the price adjustment conditions under Clause 47 of the Conditions of Contract, during the period of implementation of the Contract, will not be taken into account in Bid evaluation If the Bid of the successful Bidder is seriously unbalanced in relation to the Engineer's estimate of the cost of work to be performed under the contract, the Employer may require the Bidder to produce detailed 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, the Employer may require that the amount of the performance security set forth in Clause 34 be increased at the expense of the successful Bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful Bidder under the Contract. 30. Deleted F. Award of Contract 31. Award Criteria 31.1 Subject to Clause 32, the Employer will award the Contract to the Bidder whose Bid has been determined to be substantially responsive to the Bidding documents and who has offered the lowest evaluated Bid Price, provided that such Bidder has been determined to be (a) eligible in accordance with the provisions of Clause 3, and (b) qualified in accordance with the provisions of Clause If, pursuant to Clause 12.2 this contract is being let along with other contracts, the lowest evaluated Bid Price will be determined when evaluating this contract in conjunction with other contracts to be awarded concurrently, taking into account any discounts offered by the bidders for the award of more than one contract. 32. Employer's Right to Accept any Bid and to Reject any or all Bids 32.1 Notwithstanding Clause 31, the Employer reserves the right to accept or reject any Bid, and to cancel the Bidding process and reject all Bids, at any time prior to the award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Employer's action. 33. Notification of Award and Signing of Agreement 33.1 The Bidder whose Bid has been accepted will be notified of the award by the Employer prior to expiration of the Bid validity period by cable, telex or facsimile confirmed by registered letter. This letter (hereinafter and in the Conditions ofcontract called the "Letter of Acceptance") will state the sum that the Employer will pay the Contractor in consideration of the execution, completion, and maintenance of the Works by the Contractor as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price"). 21

22 33.2 The notification of award will constitute the formation of the Contract, subject only to the furnishing of a performance security in accordance with the provisions of Clause The Agreement will incorporate all agreements between the Employer and the successful Bidder. It will be signed by the Employer and kept ready for signature of the successful bidder in the office of employer within 28 days following the notification of award along with the Letter of Acceptance Upon the furnishing by the successful Bidder of the Performance Security, the Employer will promptly notify the other Bidders that their Bids have been unsuccessful. 34. Performance Security 34.1 Within 21 days of receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Employer a Performance Security in any of the forms given below for an amount equivalent to 5% of the Contract price plus additional security for unbalanced Bids in accordance with Clause 29.5 of ITB and Clause 52 of Conditions of Contract: - A bank guarantee issued by a nationalized / scheduled bank located in India or a reputable bank located abroad in the form given in Section 8; or 34.2 If the performance security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either (a) at the Bidder's option, by a Nationalized/Scheduled Indian bank or (b) by a foreign bank located in India and acceptable to the Employer or (c) by a foreign bank through a correspondent Bank in India [scheduled or nationalized] Failure of the successful bidder to comply with the requirements of sub-clause 34.1 shall constitute a breach of contract, cause for annulment of the award, forfeiture of the bid security, and any such other remedy the Employer may take under the contract, and the Employer may resort to awarding the contract to the next ranked bidder. 35 Advance Payment and Security 35.1 The Employer will provide an Advance Payment on the Contract Price as stipulated in the Conditions of Contract, subject to maximum amount, as stated in the Contract Data. 36. Adjudicator 36.1 The Employer proposes that Sri Sridhar Behera, Retd Engineer-in-Chief. WRD Deptt.,Govt. of Odisha be appointed as Adjudicator under the Contract, at a daily fee of Rs. 3000/-plus reimbursable expenses. If the Bidder disagrees with this proposal, the Bidder should so state in the Bid. If in the Letter of Acceptance, the Employer has not agreed on the appointment of the Adjudicator, the Adjudicator shall be appointed by Institution of Engineers, India, at a daily fee of Rs per sitting plus reimbursable expenses, at the request of either party. 37. Fraud and Corruption 37.1 It is the Bank s policy to require that Borrowers (including beneficiaries of Bank loans), as well as bidders, suppliers, and contractors and their agents (whether declared or not), personnel, subcontractors, sub-consultants, service providers or suppliers, under Bank-financed contracts, observe 22

23 the highest standard of ethics during the procurement and execution of such contracts. 1 In pursuance of this policy, the Bank: (a) defines, for the purposes of this provision, the terms set forth below as follows: (i) corrupt practice 2 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; (ii) fraudulent practice 3 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) collusive practice 4 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party; (iv) (v) coercive practice 5 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; obstructive practice is (aa) (bb) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank 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, or acts intended to materially impede the exercise of the Bank s inspection and audit rights provided for under par (e) below. (b) (c) (d) will reject a proposal for award if it determines that the bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower 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 Borrower having taken timely and appropriate action satisfactory to the Bank to address such practices when they occur; will sanction a firm or individual, at any time, in accordance with prevailing Bank s sanctions procedures, a including by publicly declaring such firm or individual ineligible, either indefinitely or 1 In this context, any action taken by a bidder, supplier, contractor, or any of its personnel, or its agents, or its subconsultants, sub-contractors, service providers, suppliers and/or their employees to influence the procurement process or contract execution for undue advantage is improper. 2 For the purpose of these Guidelines, another party refers to a public official acting in relation to the procurement process or contract execution]. In this context, public official includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 3 For the purpose of these Guidelines, party refers to a public official; the terms benefit and obligation relate to the procurement process or contract execution; and the act or omission is intended to influence the procurement process or contract execution. 4 For the purpose of these Guidelines, parties refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels. 5 For the purpose of these Guidelines, party refers to a participant in the procurement process or contract execution. 23

24 for a stated period of time: (i) to be awarded a Bank-financed contract; and (ii) to be a nominated b sub-contractor, consultant, manufacturer or supplier, or service provider of an otherwise eligible firm being awarded a Bank-financed contract; (e) will have the right to require that a provision be included in bidding documents and in contracts financed by a Bank loan, requiring bidders, suppliers and contractors to permit the Bank to inspect their accounts and records and other documents relating to the bid submission and contract performance and to have them audited by auditors appointed by the Bank. 37.2Furthermore, Bidders shall be aware of the provision stated in sub-clause 23.2 and 59.2 (h) of the Conditions of Contract. a A firm or an individual may be declared ineligible to be awarded a Bank-financed contract upon completion of the Bank s sanctions proceedings as per its sanctions procedures, including inter alia: (i) temporary suspension or early temporary suspension in connection with an ongoing sanctions proceeding; (ii) cross-debarment as agreed with other International Financial Institutions, including Multilateral Development Banks; and (iii) the World Bank Group corporate administrative procurement sanctions procedures for fraud and corruption. b A nominated sub-contractor, consultant, manufacturer or supplier, or service provider (different names are used depending on the particular bidding document) is one which has: (i) either been included by the bidder in its prequalification application or bid because it brings specific and critical experience and know-how that allow the bidder to meet the qualification requirements for the particular bid; or (ii) appointed by the Borrower. 24

25 SECTION 2: FORMS OF BID, QUALIFICATION INFORMATION AND LETTER OF ACCEPTANCE Table of Forms: - CONTRACTOR S BID - QUALIFICATION INFORMATION - LETTER OF ACCEPTANCE - NOTICE TO PROCEED WITH THE WORK - AGREEMENT FORM 25

26 Contractor's Bid Description of the Works: Renovation of Hukitola Building at Hukitola GENTLEMEN, Having examined the bidding documents including addendum, we offer to execute the Works described above in accordance with the Conditions of Contract, Specifications, Drawings and Bill of Quantities accompanying this Bid for the Contract Price of [in figures] ( ) [in letters]. 6 The advance Payment required is: Rupees. We accept the appointment of as the Adjudicator. (OR) We do not accept the appointment of as the Adjudicator and propose instead that be appointed as Adjudicator whose daily fees and biographical data are attached. This Bid and your written acceptance of it shall constitute a binding contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf will engage in bribery. We also undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely Prevention of Corruption Act Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below : Name and address of agent Amount Purpose of Commission or gratuity (if none, state none ) We hereby confirm that this Bid complies with the Eligibility, Bid Validity and Bid Security required by the Bidding documents. Yours faithfully, Authorized Signature: Name & Title of Signatory: Name of Bidder : Address : 3 To be filled in by the Bidder, together with his particulars and date of submission at the bottom of the Form of Bid. 26

27 Qualification Information The information to be filled in by the Bidder in the following pages will be used for purposes of postqualification as provided for in Clause 4 of the Instructions to Bidders. This information will not be incorporated in the Contract. 1. For Individual Bidders 1.1 Constitution or legal status of Bidder [Attach copy] Place of registration: Principal place of business: Power of attorney of signatory of Bid [Attach] 1.2 Total value of Civil Engineering construction_ work executed and payments received in the last five years** (in Rs. Lakh) Work performed as prime contractor (in the same name) on works of a similar nature over the last five years. ** Project Name Name of the Employer* Description of work Contract No. Value contract (Rs. Million) of Date issue work order of Stipulated of period of completion Actual date of completion* Remarks explaining reasons for delay work completed Quantities of work executed as prime contractor (in the same name and style) in the last five years: ** Year Name Name Quantity of work performed Remarks* of the of the Cement concrete Masonry E/works (indicate contract Ref) Work Employer* (including RCC&PCC) *Attach certificate(s) from the item of work for which data is requested should tally with that specified in ITB clause 4.5A(c). ** immediately preceding the financial year in which bids are received. Attach certificate from Chartered Accountant. and 27

28 1.4 Information on Bid Capacity (works for which bids have been submitted and works which are yet to be completed) as on the date of this bid. (A) Existing commitments and on-going works: Description Place Contract No. Name Value of Stipulated Value of works* Anticipated of & & Date and Contract period of remaining to be date of Work State Address (Rs. million) completion completed completion of Employer (Rs. million) (1) (2) (3) (4) (5) (6) (7) (8) (B) Works for which bids already submitted: Description Place Name and Estimated Stipulated Date when Remarks of & Address of value of works period of decision is if any Work State Employer (Rs. million) completion expected (1) (2) (3) (4) (5) (6) (7) * Attach certificate(s) from the Engineer(s)-in-Charge. 1.5 The following items of Contractor's Equipment are essential for carrying out the Works. The Bidder should list all the information requested below. Refer also to Sub Clause 4.3 (d) of the Instructions to Bidders. Item of Requirement Availability proposals Remarks equipment No. Capacity Owned/leased/ Nos/ Age/ (From whom to be to be procured capacity condition purchased) * * * * * * * * * * * * * * 1.6 Qualifications and experience of key personnel proposed for administration and execution of the Contract. Attach biographical data. Refer also to Sub Clause 4.3 (e) and 4.5 (B) (b) of instructions to Bidders and Sub Clause 9.1 of the Conditions of Contract. Years of Years of experience in Position Name Qualifications experience the proposed position (general) Project Manager * * * * * * * * * * * * * * * * * * * etc. 28

29 1.7 Proposed subcontracts and firms involved. [Refer ITB Clause 4.3 (j)] Sections Value of Sub-contractor Experience in of the works Sub-contract (name and address) similar work * * * * * * * * * * * * * * * * * * 1.8 Financial reports for the last five years: balance sheets, profit and loss statements, auditors' reports (in case of companies/corporation), etc. List them below and attach copies. 1.9 Evidence of access to financial resources to meet the qualification requirements: cash in hand, lines of credit, etc. List them below and attach copies of support documents [sample format attached] Name, address, and telephone, telex, and fax numbers of the Bidders' bankers who may provide references if contacted by the Employer Information on litigation history in which the Bidder is involved. Other party(ies) Employer Cause of dispute Amount involved Remarks showing present status 1.12 Statement of compliance under the requirements of Sub Clause 3.2 of the instructions to Bidders Proposed work method and schedule. The Bidder should attach descriptions, drawings and charts as necessary to comply with the requirements of the Bidding documents. [Refer ITB Clause 4.1 and 4.3 (k)]. 2. Joint Ventures - Deleted 3. Additional Requirements 3.1 Bidders should provide any additional information required to fulfill the requirements of Clause 4 of the Instructions to the Bidders, if applicable. 29

30 SAMPLE FORMAT FOR EVIDENCE OF ACCESS TO OR AVAILABILITY OF CREDIT FACILITIES * CLAUSE 4.5 [B] [c] OF ITB BANK CERTIFICATE This is to certify that M/s. is a reputed company with a good financial standing. If the contract for the work, namely. [funded by the World Bank] is awarded to the above firm, we shall be able to provide overdraft/credit facilities to the extent of Rs. to meet their working capital requirements for executing the above contract. Sd. Name of Bank Senior Bank Manager Address of the Bank 30

31 Form. (Bidder s Name and Address) To: (Name of the Employer) Dear Sir: (Name of the Project) (Declaration regarding customs/excise duty exemption for materials/ construction equipment bought for the work) Re: [Name of Work] - Certificate for Import/Procurement of Goods/Construction Equipment 1. We confirm that we are solely responsible for obtaining customs/excise duty waivers which we have considered in our bid and in case of failure to receive such waivers for reasons whatsoever, the Employer will not compensate us. 2. We are furnishing below the information required by the Employer for issue of the necessary certificates in terms of the Government of India Central Excise Notification No. 108/95 and Customs Notification No. 85/ The goods/construction equipment for which certificates are required are as under: Items Make/ Brand Name Capacity [where applicable] Quantity Value State whether it will be procured locally or imported [if so from which country] Goods Remarks regarding justification for the quantity and their usage in works [a] [b] Construction Equipment [a] [b] 4. We agree that no modification to the above list is permitted after bids are opened. 5. We agree that the certificate will be issued only to the extent considered reasonable by the Employer for the work, based on the Bill of Quantities and the construction programme and methodology as furnished by us alongwith the bid. 6. We confirm that the above goods will be exclusively used for the construction of the above work and construction equipment will not be sold or otherwise disposed of in any manner for a period of five years from the date of acquisition. Date: Place: (Signature) (Printed Name) (Designation) (Common Seal) This certificate will be issued within 60 days of signing of contract and no subsequent changes will be permitted. 31

32 Letter of Acceptance (letterhead paper of the Employer) [date] To: [name and address of the Contractor] Dear Sirs, This is to notify you that your Bid dated for execution of the [name of the contract and identification number, as given in the Instructions to Bidders] for the Contract Price of Rupees ( ) [amount in words and figures], as corrected and modified in accordance with the Instructions to Bidders 1 is hereby accepted by our Agency. [OR] We accept/do not accept that be appointed as the Adjudicator 2. We note that as per bid, you do not intend to subcontract any component of work. We note that as per bid, you propose to employ M/s.... as sub-contractor for executing... [Delete whichever is not applicable] You are hereby requested to furnish Performance Security, plus additional security for unbalanced bids in terms of ITB clause 29.5, in the form detailed in Para 34.1 of ITB for an amount of Rs. within 21 days of the receipt of this letter of acceptance valid upto 28 days from the date of expiry of Defects Liability Period i.e. upto... and sign the contract, failing which action as stated in Para 34.3 of ITB will be taken. We have reviewed the construction methodology submitted by you alongwith the bid in response to ITB Clause 4.3[k] and our comments are given in the attachment. You are requested to submit a revised Program including environmental management plan as per Clause 27 of General Conditions of Contract within 14 days of receipt of this letter. Yours faithfully, Authorized Signature Name and Title of Signatory Name of Agency 1 Delete "corrected and" or "and modified" if only one of these actions applies. Delete "as corrected and modified in accordance with the Instructions to Bidders" if corrections or modifications have not been effected. 2 To be used only if the Contractor disagrees in his Bid with the Adjudicator proposed by the Employer in the "Instructions to Bidders." 32

33 Issue of Notice to proceed with the work (letterhead of the Employer) To (date) (name and address of the Contractor) Dear Sirs: Pursuant to your furnishing the requisite security as stipulated in ITB clause 34.1 and signing of the contract agreement for the construction a Bid Price of Rs., you are hereby instructed to proceed with the execution of the said works in accordance with the contract documents. Yours faithfully, (Signature, name and title of signatory authorized to sign on behalf of Employer) 33

34 Agreement Form This agreement, made the day of 19, between [name and address of Employer] (hereinafter called the Employer) of the one part and [name and address of contractor] (hereinafter called the Contractor ) of the other part. Whereas the Employer is desirous that the Contractor execute [ name and identification number of Contract] (hereinafter called the Works ) and the Employer has accepted the Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein, at a contract price of Rs... NOW THIS AGREEMENT WITNESSETH as follows: 1. In this Agreement, words and expression shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be read and construed as part of this Agreement. 2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy any defects therein in conformity in all aspects with the provisions of the Contract. 3. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying the defects wherein 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. 4. The following documents shall be deemed to form and be read and construed as part of this Agreement, viz.: i) Letter of Acceptance; ii) Notice to proceed with the works; iii) Contractor s Bid; iv) Contract Data; v) Conditions of contract (including Special Conditions of Contract); vi) Specifications; vii) Drawings; viii) Bill of Quantities; and ix) Any other document listed in the Contract Data as forming part of the contract. 34

35 In witness whereof the parties thereto have caused this Agreement to be executed the day and year first before written. The Common Seal of was hereunto affixed in the presence of: Signed, Sealed and Delivered by the said in the presence of: Binding Signature of Employer Binding Signature of Contractor 35

36 SECTION 3: CONDITIONS OF CONTRACT 36

37 Conditions of Contract Table of Contents A. General Page No. C. Quality Control Page No. 1. Definitions Identifying Defects Interpretation Tests Language and Law Correction of Defects Engineer's Decisions Uncorrected Defects Delegation Communications Subcontracting 37 D. Cost Control 8. Other Contractors Bill of Quantities Personnel Changes in the Quantities Employer s & Contractor's Risks Variations Employer's Risks Payments for Variations Contractor s Risks Cash Flow Forecasts Insurance Payment Certificates Site Investigation Reports Payments Queries about the Contract 44. Compensation Events 43 Data Tax Contractor to Construct the 46. Currencies 44 Works Price Adjustments The Works to Be Completed by 48. Retention 44 the Intended Completion Date Liquidated Damages Approval by the Engineer Bonus Safety Advance Payment Discoveries Securities Possession of the Site Dayworks 22. Access to the Site Cost of Repairs Instructions Disputes Procedure for Disputes 40 E. Finishing the Contract 26. Replacement of Adjudicator Completion 46 B. Time Control 56. Taking Over Program Final Account Extension of the Intended 58. Operating and Maintenance Manuals 46 Completion Date Termination Acceleration Payment upon Termination Delays Ordered by the 61. Property 47 Engineer Release from Performance Management Meetings Suspension of World Bank Loan Early Warning 41 or Credit 64. Corrupt or Fraudulent Practices 47 F. Special Conditions of Contract 49 37

38 Conditions of Contract A. General 1. Definitions 1.1 Terms which are defined in the Contract Data are not also defined in the Conditions of Contract but keep their defined meanings. Capital initials are used to identify defined terms. The Adjudicator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in Clauses 24 and 25. The name of the Adjudicator is defined in the Contract Data. Bill of Quantities means the priced and completed Bill of Quantities forming part of the Bid. Compensation Events are those defined in Clause 44 hereunder. The Completion Date is the date of completion of the Works as certified by the Engineer in accordance with Sub Clause The Contract is the contract between the Employer and the Contractor to execute, complete and maintain the Works. It consists of the documents listed in Clause 2.3 below. The Contract Data defines the documents and other information which comprise the Contract. The Contractor is a person or corporate body whose Bid to carry out the Works has been accepted by the Employer. The Contractor's Bid is the completed Bidding document submitted by the Contractor to the Employer. The Contract Price is the price stated in the Letter of Acceptance and thereafter as adjusted in accordance with the provisions of the Contract. Days are calendar days; months are calendar months. A Defect is any part of the Works not completed in accordance with the Contract. The Defects Liability Period is the period named in the Contract Data and calculated from the Completion Date. The Employer is the party who will employ the Contractor to carry out the Works. The Engineer is the person named in the Contract Data (or any other competent person appointed and notified to the contractor to act in replacement of the Engineer) who is responsible for supervising the execution of the works and administering the Contract. Equipment is the Contractor's machinery and vehicles brought temporarily to the Site to construct the Works. The Initial Contract Price is the Contract Price listed in the Employer's Letter of Acceptance. 38

39 2. Interpretation The Intended Completion Date is the date on which it is intended that the Contractor shall complete the Works. The Intended Completion Date is specified in the Contract Data. The Intended Completion Date may be revised only by the Engineer by issuing an extension of time. Materials are all supplies, including consumables, used by the contractor for incorporation in the Works. Plant is any integral part of the Works which is to have a mechanical, electrical, electronic or chemical or biological function. The Site is the area defined as such in the Contract Data. Site Investigation Reports are those which were included in the Bidding documents and are factual interpretative reports about the surface and sub-surface conditions at the site. Specification means the Specification of the Works included in the Contract and any modification or addition made or approved by the Engineer. The Start Date is given in the Contract Data. It is the date when the Contractor shall commence execution of the works. It does not necessarily coincide with any of the Site Possession Dates. A Subcontractor is 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. Temporary Works are works designed, constructed, installed, and removed by the Contractor which are needed for construction or installation of the Works. A Variation is an instruction given by the Engineer which varies the Works. The Works are what the Contract requires the Contractor to construct, install, and turn over to the Employer, as defined in the Contract Data. 2.1 In interpreting these Conditions of Contract, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically defined. The Engineer will provide instructions clarifying queries about the Conditions of Contract. 2.2 If sectional completion is specified in the Contract Data, references in the Conditions of Contract 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). 2.3 The documents forming the Contract shall be interpreted in the following order of priority: (1) Agreement (2) Letter of Acceptance, notice to proceed with the works (3) Contractor s Bid (4) Contract Data (5) Conditions of Contract including Special Conditions of Contract (6) Specifications 39

40 (7) Drawings 3. Language and Law (8) Bill of Quantities and (9) any other document listed in the Contract Data as forming part of the Contract. 3.1 The language of the Contract and the law governing the Contract are stated in the Contract Data. 4. Engineer's Decisions 4.1 Except where otherwise specifically stated, the Engineer will decide contractual matters between the Employer and the Contractor in the role representing the Employer. 5. Delegation 5.1 The Engineer may delegate any of his duties and responsibilities to other people except to the Adjudicator after notifying the Contractor and may cancel any delegation after notifying the Contractor. 6. Communications 6.1 Communications between parties which are referred to in the conditions are effective only when in writing. A notice shall be effective only when it is delivered (in terms of Indian Contract Act). 7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Engineer but may not assign the Contract without the approval of the Employer in writing. Subcontracting does not alter the Contractor's obligations. 8. Other Contractors 8.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors. The Contractor shall as referred to in the Contract Data, also provide facilities and services for them as described in the Schedule. The employer may modify the schedule of other contractors and shall notify the contractor of any such modification. 9. Personnel 9.1 The Contractor shall employ the key personnel named in the Schedule of Key Personnel as referred to in the Contract Data to carry out the functions stated in the Schedule or other personnel approved by the Engineer. The Engineer will approve any proposed replacement of key personnel only if their qualifications, abilities, and relevant experience are substantially equal to or better than those of the personnel listed in the Schedule. 9.2 If the Engineer asks the Contractor to remove a person who is a member of the Contractor s staff or his work force stating the reasons the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract. 10. Employer s and Contractor's Risks 10.1 The Employer carries the risks which this Contract states are Employer s risks, and the Contractor carries the risks which this Contract states are Contractor s risks. 40

41 11. Employer's Risks 11.1 The Employer is responsible for the excepted risks which are (a) in so far as they directly affect the execution of the Works in the Employer s country, the risks of war, hostilities, invasion, act of foreign enemies, rebellion, revolution, insurrection or military or usurped power, civil war, riot commotion or disorder (unless restricted to the Contractor s employees), and contamination from any nuclear fuel or nuclear waste or radioactive toxic explosive, or (b) a cause due solely to the design of the Works, other than the Contractor s design. 12. Contractor s Risks 12.1 All risks of loss of or damage to physical property and of personal injury and death which arise during and in consequence of the performance of the Contract other than the excepted risks are the responsibility of the Contractor. 13. Insurance 13.1 The Contractor shall provide, in the joint names of the Employer and the Contractor, insurance cover from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the Contract Data for the following events which are due to the Contractor s risks: (a) (b) (c) (d) loss of or damage to the Works, Plant and Materials; loss of or damage to Equipment; loss of or damage of property (except the Works, Plant, Materials and Equipment) in connection with the Contract; and personal injury or death Policies and certificates for insurance shall be delivered by the Contractor to the Engineer for the Engineer s approval before the Start Date. All such insurance shall provide for compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred If the Contractor does not provide any of the policies and certificates required, the Employer may effect the insurance which the Contractor should have provided and recover the premiums the Employer 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 Alterations to the terms of an insurance shall not be made without the approval of the Engineer Both parties shall comply with any conditions of the insurance policies. 14. Site Investigation Reports 14.1 The Contractor, in preparing the Bid, shall rely on any site Investigation Reports referred to in the Contract Data, supplemented by any information available to the Bidder. 15. Queries about the Contract Data 15.1 The Engineer will clarify queries on the Contract Data. 16. Contractor to Construct the Works 16.1 The Contractor shall construct and install the Works in accordance with the Specification and Drawings, and as per instructions of Engineer. 41

42 17. The Works to Be Completed by the Intended Completion Date 17.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the program submitted by the Contractor, as updated with the approval of the Engineer, and complete them by the Intended Completion Date. 18. Approval by the Engineer 18.1 The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Engineer, who is to approve them if they comply with the Specifications and Drawings The Contractor shall be responsible for design of Temporary Works The Engineer's approval shall not alter the Contractor's responsibility for design of the Temporary Works The Contractor shall obtain approval of third parties to the design of the Temporary Works where required All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, are subject to prior approval by the Engineer before their use. 19. Safety 19.1 The Contractor shall be responsible for the safety of all activities on the Site. 20. Discoveries 20.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site is the property of the Employer. The Contractor is to notify the Engineer of such discoveries and carry out the Engineer's instructions for dealing with them. 21. Possession of the Site 21.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the Contract Data the Employer is deemed to have delayed the start of the relevant activities and this will be Compensation Event. 22. Access to the Site 22.1 The Contractor shall allow the Engineer and any person authorized by the Engineer access to the Site, to any place where work in connection with the Contract is being carried out or is intended to be carried out and to any place where materials or plant are being manufactured / fabricated / assembled for the works. 23. Instructions 23.1 The Contractor shall carry out all instructions of the Engineer which comply with the applicable laws where the Site is located Inspections and Audits by the Bank The Contractor shall permit the Bank and/or persons appointed by the Bank to inspect the Site and/or the accounts and records of the Contractor and its subcontractors relating to the performance of the Contract, and to have such accounts and records audited by auditors appointed by the Bank if required by the Bank. The Contractor s attention is 42

43 24. Disputes drawn to Clause 64 [Corrupt or Fraudulent Practices] which provides, inter alia, that acts intended to materially impede the exercise of the Bank s inspection and audit rights provided for under Sub-Clause 23.2 constitute a prohibited practice subject to contract termination (as well as to a determination of ineligibility under the Procurement Guidelines) If the Contractor believes that a decision taken by the Engineer was either outside the authority given to the Engineer by the Contract or that the decision was wrongly taken, the decision shall be referred to the Adjudicator within 14 days of the notification of the Engineer's decision. 25. Procedure for Disputes 25.1 The Adjudicator shall give a decision in writing within 28 days of receipt of a notification of a dispute The Adjudicator shall be paid daily at the rate specified in the Contract Data together with reimbursable expenses of the types specified in the Contract Data and the cost shall be divided equally between the Employer and the Contractor, whatever decision is reached by the Adjudicator. Either party may refer a decision of the Adjudicator to an Arbitrator within 28 days of the Adjudicator's written decision. If neither party refers the dispute to arbitration within the above 28 days, the Adjudicator's decision will be final and binding The arbitration shall be conducted in accordance with the arbitration procedure stated in the Special Conditions of Contract. 26. Replacement of Adjudicator 26.1 Should the Adjudicator resign or die, or should the Employer and the Contractor agree that the Adjudicator is not fulfilling his functions in accordance with the provisions of the Contract, a new Adjudicator will be jointly appointed by the Employer and the Contractor. In case of disagreement between the Employer and the Contractor, within 30 days, the Adjudicator shall be designated by the Appointing Authority designated in the Contract Data at the request of either party, within 14 days of receipt of such request. 27. Program B. Time Control 27.1 Within the time stated in the Contract Data the Contractor shall submit to the Engineer for approval a Program including Environmental Management Plan showing the general methods, arrangements, order, and timing for all the activities in the Works along with monthly cash flow forecast An update of the Program shall be a program 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 The Contractor shall submit to the Engineer, for approval, an updated Program at intervals no longer than the period stated in the Contract Data. If the Contractor does not submit an updated Program within this period, the Engineer may withhold the amount stated in the Contract Data from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted The Engineer's approval of the Program shall not alter the Contractor's obligations. The Contractor may revise the Program and submit it to the Engineer again at any time. A revised Program is to show the effect of Variations and Compensation Events. 43

44 28. Extension of the Intended Completion Date 28.1 The Engineer shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work and which would cause the Contractor to incur additional cost The Engineer shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Engineer for a decision upon the effect of a 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 new Intended Completion Date. 29. Deleted 30. Delays Ordered by the Engineer 30.1 The Engineer may instruct the Contractor to delay the start or progress of any activity within the Works. 31. Management Meetings 31.1 Either the Engineer or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure The Engineer shall record the business of management meetings and is to provide copies of his record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken is to be decided by the Engineer either at the management meeting or after the management meeting and stated in writing to all who attended the meeting. 32. Early Warning 32.1 The Contractor is to warn the Engineer at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price or delay the execution of works. The Engineer may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate is to be provided by the Contractor as soon as reasonably possible The Contractor shall cooperate with the Engineer in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Engineer. 33. Identifying Defects C. Quality Control 33.1 The Engineer shall check the Contractor's work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor's responsibilities. The Engineer may instruct the Contractor to search for a Defect and to uncover and test any work that the Engineer considers may have a Defect The contractor shall permit the Employer s Technical auditor to check the contractor s work and notify the Engineer and Contractor of any defects that are found. Such a check shall not 44

45 34. Tests affect the Contractor s or the Engineer s responsibility as defined in the Contract Agreement If the Engineer 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. 35. Correction of Defects 35.1 The Engineer shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion and is defined in the Contract Data. The Defects Liability Period shall be extended for as long as Defects remain to be corrected Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Engineer s notice. 36. Uncorrected Defects 36.1 If the Contractor has not corrected a Defect within the time specified in the Engineer s notice, the Engineer will assess the cost of having the Defect corrected, and the Contractor will pay this amount. Note: Where in certain cases, the technical specifications provide for acceptance of works within specified tolerance limits at reduced rates, Engineer will certify payments to Contractor accordingly. 37. Bill of Quantities D. Cost Control 37.1 The Bill of Quantities shall contain items for the construction, installation, testing, and commissioning work to be done by the contractor 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. 38. Changes in the Quantities 38.1 If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 1% of Initial Contract Price, the Engineer shall adjust the rate to allow for the change The Engineer shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 15 percent, except with the Prior approval of the Employer If requested by the Engineer, the Contractor shall provide the Engineer with a detailed cost breakdown of any rate in the Bill of Quantities. 39. Variations 39.1 All Variations shall be included in updated Programs produced by the Contractor. 40. Payments for Variations 45

46 40.1 The Contractor shall provide the Engineer with a quotation (with breakdown of unit rates) for carrying out the Variation when requested to do so by the Engineer. The Engineer shall assess the quotation, which shall be given within seven days of the request or within any longer period stated by the Engineer and before the Variation is ordered If the work in the Variation corresponds with an item description in the Bill of Quantities and if, in the opinion of the Engineer, the quantity of work above the limit stated in Sub Clause 38.1 or the timing of its execution do not cause the 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 form of new rates for the relevant items of work If the Contractor's quotation is unreasonable (or if the contractor fails to provide the Engineer with a quotation within a reasonable time specified by the engineer in accordance with Clause 40.1), the Engineer may order the Variation and make a change to the Contract Price which shall be based on Engineer s own forecast of the effects of the Variation on the Contractor's costs If the Engineer 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 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning. 41. Cash flow forecasts 41.1 When the Program is updated, the contractor is to provide the Engineer with an updated cash flow forecast. 42. Payment Certificates 42.1 The Contractor shall submit to the Engineer monthly statements of the estimated value of the work completed less the cumulative amount certified previously along with details of measurement of the quantity of works executed in a tabulated form as approved by the Engineer The Engineer shall check the details given in the Contractor's monthly statement and within 14 days certify the amounts to be paid to the Contractor after taking into account any credit or debit for the month in question in respect of materials for the works in the relevant amounts and under conditions set forth in sub-clause 51(3) of the Contract Data (Secured Advance) The value of work executed shall be determined by the Engineer after due check measurement of the quantities claimed as executed by the contractor The value of work executed shall comprise the value of the quantities of the items in the Bill of Quantities completed The value of work executed shall include the valuation of Variations and Compensation Events The Engineer 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. 46

47 43. Payments 43.1 Payments shall be adjusted for deductions for advance payments, retention, other recoveries in terms of the contract and taxes, at source, as applicable under the law. The Employer shall pay the Contractor the amounts certified by the Engineer within 28 days of the date of each certificate. If the Employer 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 upto the date when the late payment is made at 8% per annum If an amount certified is increased in a later certificate or 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 Items of the Works for which no rate or price has been entered in will not be paid for by the Employer and shall be deemed covered by other rates and prices in the Contract. 44. Compensation Events 44.1 The following are Compensation Events unless they are caused by the Contractor: (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) (l) The Employer does not give access to a part of the Site by the Site Possession Date stated in the Contract Data. The Employer modifies the schedule of other contractors in a way which affects the work of the contractor under the contract. The Engineer orders a delay or does not issue drawings, specifications or instructions required for execution of works on time. The Engineer instructs the Contractor to uncover or to carry out additional tests upon work which is then found to have no Defects. The Engineer unreasonably does not approve for a subcontract to be let. Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of Letter of Acceptance from the information issued to Bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site. The Engineer gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons. Other contractors, public authorities, utilities or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor. The advance payment is delayed. The effect on the Contractor of any of the Employer s Risks. The Engineer unreasonably delays issuing a Certificate of Completion. Other Compensation Events listed in the Contract Data or mentioned in the Contract. 47

48 45. Tax 44.2 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 is extended. The Engineer 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 As soon as information demonstrating the effect of each Compensation Event upon the Contractor's forecast cost has been provided by the Contractor, it is to be assessed by the Engineer and the Contract Price shall be adjusted accordingly. If the Contractor's forecast is deemed unreasonable, the Engineer shall adjust the Contract Price based on Engineer s own forecast. The Engineer will assume that the Contractor will react competently and promptly to the event The Contractor shall not be entitled to compensation to the extent that the Employer's interests are adversely affected by the Contractor not having given early warning or not having cooperated with the Engineer The rates quoted by the Contractor shall be deemed to be inclusive of the sales and other taxes that the Contractor will have to pay for the performance of this Contract. The Employer will perform such duties in regard to the deduction of such taxes at source as per applicable law. 46. Currencies 46.1 All payments shall be made in Indian Rupees. 47. Price Adjustment 47.1 Deleted Deleted. 48. Retention 48.1 The Employer shall retain from each payment due to the Contractor the proportion stated in the Contract Data until Completion of the whole of the Works On Completion of the whole of the Works half the total amount retained is repaid to the Contractor and half when the Defects Liability Period has passed and the Engineer has certified that all Defects notified by the Engineer to the Contractor before the end of this period have been corrected On completion of the whole works, the contractor may substitute retention money (balance half) with an on demand Bank guarantee. 49. Liquidated Damages 49.1 The Contractor shall pay liquidated damages to the Employer at the rate per day stated in the Contract Data for each day that the Completion Date is later than the Intended Completion Date (for the whole of the works or the milestone as stated in the contract data). The total amount of liquidated damages shall not exceed the amount defined in the Contract Data. The Employer may deduct liquidated damages from payments due to the Contractor. Time is the essence of the contract and payment or deduction of liquidated damages shall not relieve the contractor from his obligation to complete the work as per agreed construction program and milestones or from any other of the contractor s obligations and liabilities under the contract If the Intended Completion Date is extended after liquidated damages have been paid, the Engineer shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The Contractor shall be paid interest on the over payment calculated from the date of payment to the date of repayment at the rates specified in Sub Clause

49 50. Deleted. 51. Advance Payment 51.1 The Employer shall make advance payment to the Contractor of the amounts stated in the Contract Data by the date stated in the Contract Data, against provision by the Contractor of an Unconditional Bank Guarantee in a form and by a bank acceptable to the Employer in amounts and currencies equal to the 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 The Contractor is to use the advance payment only to pay for Equipment, Plant and Mobilization expenses required specifically for execution of the Works. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Engineer The advance payment shall be repaid by deducting proportionate amounts 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 (mobilization and equipment only) payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, or Liquidated Damages Secured Advance: 52. Securities - Deleted The Performance Security shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in Indian Rupees. The Performance Security shall be valid until a date 28 days from the date of expiry of Defects Liability Period and the additional security for unbalanced bids shall be valid until a date 28 days from the date of issue of the certificate of completion. 53. Deleted 54. Cost of Repairs 54.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor's cost if the loss or damage arises from the Contractor's acts or omissions. 55. Completion E. Finishing the Contract 55.1 The Contractor shall request the Engineer to issue a Certificate of Completion of the Works and the Engineer will do so upon deciding that the Work is completed. 56. Taking Over 56.1 The Employer shall take over the Site and the Works within seven days of the Engineer issuing a certificate of Completion. 57. Final Account 57.1 The Contractor shall supply to the Engineer a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Engineer 49

50 shall issue a Defect Liability Certificate and certify any final payment that is due to the Contractor within 56 days of receiving the Contractor's account if it is correct and complete. If it is not, the Engineer shall issue within 56 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Engineer shall decide on the amount payable to the Contractor and issue a payment certificate, within 56 days of receiving the Contractor s revised account. 58. Operating and Maintenance Manuals 58.1 If as built Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the Contract Data If the Contractor does not supply the Drawings and/or manuals by the dates stated in the Contract Data, or they do not receive the Engineer s approval, the Engineer shall withhold the amount stated in the Contract Data from payments due to the Contractor. 59. Termination 59.1 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract Fundamental breaches of Contract include, but shall not be limited to the following: (a) (b) (c) the Contractor stops work for 28 days when no stoppage of work is shown on the current program and the stoppage has not been authorized by the Engineer; the Engineer instructs the Contractor to delay the progress of the Works and the instruction is not withdrawn within 28 days; the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation; (d) a payment certified by the Engineer is not paid by the Employer to the Contractor within 56 days of the date of the Engineer's certificate; (e) (f) (g) (h) the Engineer 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 Engineer; the Contractor does not maintain a security which is required; the Contractor has delayed the completion of works by the number of days for which the maximum amount of liquidated damages can be paid as defined in the Contract data; and if the Contractor, in the judgment of the Purchaser has engaged in fraud and corruption, as defined in GCC Clause 64, in competing for or in executing the Contract When either party to the Contract gives notice of a breach of contract to the Engineer for a cause other than those listed under Sub Clause 59.2 above, the Engineer shall decide whether the breach is fundamental or not Notwithstanding the above, the Employer may terminate the Contract for convenience If the Contract is terminated the Contractor shall stop work immediately, make the Site safe and secure and leave the Site as soon as reasonably possible 50

51 60. Payment upon Termination 60.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Engineer shall issue a certificate for the value of the work done less advance payments received up to the date of the issue of the certificate, less other recoveries due in terms of the contract, less taxes due to be deducted at source as per applicable law and less the percentage to apply to the work not completed as indicated in the Contract Data. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor the difference shall be a debt payable to the Employer If the Contract is terminated at the Employer's convenience or because of a fundamental breach of Contract by the Employer, the Engineer shall issue a certificate for the value of the work done, the reasonable cost of removal of Equipment, repatriation of the Contractor's personnel employed solely on 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, less other recoveries due in terms of the contract and less taxes due to be deducted at source as per applicable law. 61. Property 61.1 All materials on the Site, Plant, Equipment, Temporary Works and Works are deemed to be the property of the Employer, if the Contract is terminated because of a Contractor s default. 62. Release from Performance 62.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor the Engineer 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 work carried out before receiving it and for any work carried out afterwards to which commitment was made. 63. Suspension of World Bank Loan or Credit 63.1 In the event that the World Bank suspends the Loan or Credit to the Employer, from which part of the payments to the Contractor are being made: (a) (b) The Employer is obligated to notify the Contractor of such suspension within 7 days of having received the World Bank s suspension notice. If the Contractor has not received sums due to it upon the expiration of the 28 days for payment provided for in Sub-Clause 43.1, the Contractor may immediately issue a 14-day termination notice. 64. Corrupt or Fraudulent Practices: 64.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site, and the provisions of Clause 59 shall apply as if such expulsion had been made under Sub-Clause 59.2 [Termination by Employer] 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 For the purposes of this Sub-Clause: 51

52 (i) corrupt practice 7 is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party; (ii) fraudulent practice 8 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (iii) (iv) (v) collusive practice 9 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party; coercive practice 10 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party; obstructive practice is (aa) (bb) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank 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, or acts intended to materially impede the exercise of the Bank s inspection and audit rights provided for under clause F. Special Conditions of Contract 1. LABOUR : The Contractor shall, unless otherwise provided in the Contract, make his own arrangements for the engagement of all staff and labour, local or other, and for their payment, housing, feeding and transport. The Contractor shall, if required by the Engineer, deliver to the Engineer a return in detail, in such form and at such intervals as the Engineer may prescribe, showing the staff and the numbers of the several classes of labour from time to time employed by the Contractor on the Site and such other information as the Engineer may require. 2. COMPLIANCE WITH LABOUR REGULATIONS : During continuance of the contract, the Contractor and his sub contractors shall abide at all times by all existing labour enactments and rules made there under, regulations, notifications and bye laws of the State or Central Government or local authority and any other labour law (including rules), regulations, bye laws that may be passed or notification that may be issued under any labour law in future either by the State or the Central Government or the local authority. Salient features of some of the major labour laws that are applicable to construction industry are given below. The Contractor shall keep the Employer indemnified in case any action is taken against the Employer by the competent authority on account of contravention of any of the provisions of any Act or rules made there under, regulations or notifications including amendments. If the 7 For the purpose of these Guidelines, another party refers to a public official acting in relation to the procurement process or contract execution]. In this context, public official includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 8 For the purpose of these Guidelines, party refers to a public official; the terms benefit and obligation relate to the procurement process or contract execution; and the act or omission is intended to influence the procurement process or contract execution. 9 For the purpose of these Guidelines, parties refers to participants in the procurement process (including public officials) attempting to establish bid prices at artificial, non competitive levels. 10 For the purpose of these Guidelines, party refers to a participant in the procurement process or contract execution. 52

53 Employer is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for nonobservance of the provisions stipulated in the notifications/bye laws/acts/rules/regulations including amendments, if any, on the part of the Contractor, the Engineer/Employer shall have the right to deduct any money due to the Contractor including his amount of performance security. The Employer/Engineer shall also have right to recover from the Contractor any sum required or estimated to be required for making good the loss or damage suffered by the Employer. The employees of the Contractor and the Sub-Contractor in no case shall be treated as the employees of the Employer at any point of time. SALIENT FEATURES OF SOME MAJOR LABOUR LAWS APPLICABLE TO ESTABLISHMENTS ENGAGED IN BUILDING AND OTHER CONSTRUCTION WORK (The law as current on the date of bid opening will apply) a) Workmen Compensation Act 1923: The Act provides for compensation in case of injury by accident arising out of and during the course of employment. b) Payment of Gratuity Act 1972: Gratuity is payable to an employee under the Act on satisfaction of certain conditions on separation if an employee has completed 5 years service or more or on death the rate of 15 days wages for every completed year of service. The Act is applicable to all establishments employing 10 or more employees. c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act Provides for monthly contributions by the employer plus 10% or 8.33%. The benefits payable under the Act are : (i) (ii) (iii) Pension or family pension on retirement or death, as the case may be. Deposit linked insurance on the death in harness of the worker. payment of P.F. accumulation on retirement/death etc. d) Maternity Benefit Act 1951: The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc. e) Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare measures to be provided by the Contractor to contract labour and in case the Contractor fails to provide, the same are required to be provided, by the Principal Employer by Law. The Principal Employer is required to take Certificate of Registration and the Contractor is required to take license from the designated Officer. The Act is applicable to the establishments or Contractor of Principal Employer if they employ 20 or more contract labour. f) Minimum Wages Act 1948: The Employer is supposed to pay not less than the Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Buildings, Roads, Runways are scheduled employments. g) Payment of Wages Act 1936: It lays down as to by what date the wages are to be paid, when it will be paid and what deductions can be made from the wages of the workers. h) Equal Remuneration Act 1979: The Act provides for payment of equal wages for work of equal nature to Male and Female workers and for not making discrimination against Female employees in the matters of transfers, training and promotions etc. i) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20 or more employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs.3500/-per month or less. The bonus to be paid to employees getting Rs.2500/- per month or above upto Rs.3500/- per month shall be worked out by taking wages as Rs.2500/-per 53

54 month only. The Act does not apply to certain establishments. The newly set-up establishments are exempted for five years in certain circumstances. Some of the State Governments have reduced the employment size from 20 to 10 for the purpose of applicability of this Act. j) Industrial Disputes Act 1947: The Act lays down the machinery and procedure for resolution of Industrial disputes, in what situations a strike or lock-out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment. k) Industrial Employment (Standing Orders) Act 1946: It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the States and Central Government to 50). The Act provides for laying down rules governing the conditions of employment by the Employer on matters provided in the Act and get the same certified by the designated Authority. l) Trade Unions Act 1926: The Act lays down the procedure for registration of trade unions of workmen and employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities. m) Child Labour (Prohibition & Regulation) Act 1986: The Act prohibits employment of children below 14 years of age in certain occupations and processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labour is prohibited in Building and Construction Industry. n) Inter-State Migrant workmen s (Regulation of Employment & Conditions of Service) Act 1979: The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary (who has recruited workmen in one state for employment in the establishment situated in another state). The Inter-State migrant workmen, in an establishment to which this Act becomes applicable, are required to be provided certain facilities such as housing, medical aid, travelling expenses from home upto the establishment and back, etc. o) The Building and Other Construction workers (Regulation of Employment and Conditions of Service) Act 1996 and the Cess Act of 1996: All the establishments who carry on any building or other construction work and employs 10 or more workers are covered under this Act. All such establishments are required to pay cess at the rate not exceeding 2% of the cost of construction as may be modified by the Government. The Employer of the establishment is required to provide safety measures at the Building or construction work and other welfare measures, such as Canteens, First-Aid facilities, Ambulance, Housing accommodations for workers near the work place etc. The Employer to whom the Act applies has to obtain a registration certificate from the Registering Officer appointed by the Government. p) Factories Act 1948: The Act lays down the procedure for approval at plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 persons or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing process. 3. SUB-CONTRACTING (GCC Clause 7) Please add the following as Clause 7.2: The contractor shall not be required to obtain any consent from the employer for: a) the sub-contracting of any part of the Works for which the Sub-contractor is named in the contract; b) the provision of labour; and c) the purchase of materials which are in accordance with the standards specified in the Contract. Beyond this if the contractor proposes sub-contracting any part of the work during execution of works, because of some unforeseen circumstances to enable him to complete the work as per terms of the contract, the Engineer will consider the following before according approval: 54

55 - The contractor shall not sub-contract the whole of the Works. - The contractor shall not sub-contract any part of the Work without prior consent of the Engineer. Any such consent shall not relieve the contractor from any liability or obligations under the contract and he shall be responsible for the acts, defaults and neglects of any sub-contractor, his agents or workmen as fully as if they were the acts, defaults or neglects of the contractor, his agents or workmen. - The Engineer should satisfy whether (a) the circumstances warrant such sub-contracting; and (b) the sub-contractors so proposed for the Work possess the experience, qualifications and equipment necessary for the job proposed to be entrusted to them in proportion to the quantum of work to be subcontracted. - If payments are proposed to be made directly to that sub-contractor, this should be subject to specific authorization by the prime contractor so that this arrangement does not alter the contractor's liability or obligations under the contract. 4. ARBITRATION (GCC Clause 25.3) The procedure for arbitration will be as follows : 25.3 (a) In case of Dispute or difference arising between the Employer and a domestic contractor relating to any matter arising out of or connected with this agreement, such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act, The arbitral tribunal shall consist of 3 arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties and shall act as Presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding Arbitrator shall be appointed by the President of the Institution of Engineers (India) (Note: 1. All bidders are expected to indicate clearly in the bid, if they proposed sub-contracting elements of the works amounting to more than 20 percent of the Bid Price. For each such proposal the qualification and the experience of the identified sub-contractor in the relevant field should be furnished alongwith the bid to enable the employer to satisfy himself about their qualifications before agreeing for such sub-contracting and include it in the contract. In view of the above, normally no additional sub-contracting should arise during execution of the contract. 2. However, [a] sub contracting for certain specialized elements of the work is not unusual and acceptable for carrying out the works more effectively; but vertical splitting of the works for subcontracting is not acceptable. [b] In any case, proposal for sub-contracting in addition to what was specified in bid and stated in contract agreement will not be acceptable if the value of such additional subcontracting exceeds 25% of value of work which was to be executed by Contractor without sub-contracting. 3. Assignment of the contract may be acceptable only under exceptional circumstances such as insolvencies/liquidation or merger of companies etc. (b) In the case of dispute with a Foreign contractor the dispute shall be settled in accordance with provisions of UNCITRAL Arbitration Rules. The Arbitral Tribunal shall consist of three Arbitrators one each to be appointed by the Employer and the Contractor. The third Arbitrator shall be chosen by the two Arbitrators so appointed by the Parties, and shall act a presiding arbitrator. In case of failure of the two arbitrators appointed by the parties to reach upon a consensus within a period of 30 days from the appointment of the arbitrator appointed subsequently, the Presiding arbitrator shall be appointed by the President of the Institution of Engineers (India) (c) (d) If one of the parties fails to appoint its arbitrator in pursuance of sub-clause (a) and (b) above within 30 days after receipt of the notice of the appointment of its arbitrator by the other party, then the President of the Institution of Engineers (India) both in cases of the Foreign Contractor as well as Indian Contractor, shall appoint the arbitrator. A certified copy of the order of the President of the Institution of Engineers (India), making such an appointment shall be furnished to each of the parties. Arbitration proceedings shall be held at Bhubaneswar, India, and the language of the arbitration proceedings and that of all documents and communications between the parties shall be English. 55

56 (e) (f) (g) The decision of the majority of arbitrators shall be final and binding upon both parties. The cost and expenses of Arbitration proceedings will be paid as determined by the arbitral tribunal. However, the expenses incurred by each party in connection with the preparation, presentation, etc. of its proceedings as also the fees and expenses paid to the arbitrator appointed by such party or on its behalf shall be borne by each party itself. Where the value of the contract is Rs.50 millions and below, the disputes or differences arising shall be referred to the Sole Arbitrator. The Sole Arbitrator should be appointed by agreement between the parties; failing such agreement, by the appointing authority, namely the President of the Institution of Engineers (India)/. Performance under the contract shall continue during the arbitration proceedings and payments due to the contractor by the owners shall not be withheld, unless they are the subject matter of the arbitration proceedings. 5. PROTECTION OF ENVIRONMENT: Add the following as GCC Clause 16.2: The contractor shall 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 his methods of operation. During continuance of the contract, the contractor and his sub-contractors shall abide at all times by all existing enactments on environmental protection and rules made thereunder, regulations, notifications and bye-laws of the State or Central Government, or local authorities and any other law, bye-law, regulations that may be passed or notification that may be issued in this respect in future by the State or Central Government or the local authority. Salient features of some of the major laws that are applicable are given below : The Water (Prevention and Control of Pollution) Act, 1974, This provides for the prevention and control of water pollution and the maintaining and restoring of wholesomeness of water. 'Pollution' means such contamination of water or such alteration of the physical, chemical or biological properties of water or such discharge of any sewage or trade effluent or of any other liquid, gaseous or solid substance into water (whether directly or indirectly) as may, or is likely to, create a nuisance or render such water harmful or injurious to public health or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the life and health of animals or plants or of aquatic organisms. The Air (Prevention and Control of Pollution) Act, 1981, This provides for prevention, control and abatement of air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which means any solid, liquid or gaseous substance (including noise) present in the atmosphere in such concentration as may be or tend to be injurious to human beings or other living creatures or plants or property or environment. The Environment (Protection) Act, 1986, This provides for the protection and improvement of environment and for matters connected therewith, and the prevention of hazards to human beings, other living creatures, plants and property. 'Environment' includes water, air and land and the inter-relationship which exists among and between water, air and land, and human beings, other living creatures, plants, micro-organism and property. The Public Liability Insurance Act, 1991, This provides for public liability insurance for the purpose of providing immediate relief to the persons affected by accident occurring while handling hazardous substances and for matters connected herewith or incidental thereto. Hazardous substance means any substance or preparation which is defined as hazardous substance under the Environment (Protection) Act 1986, and exceeding such quantity as may be specified by notification by the Central Government. 56

57 5.2 Environment Management Plan The Environment Management Plan (EMP) is a set of measures for avoidance, minimization and mitigation of adverse environmental impacts. The Contractor will abide by the environmental, occupational health and safety measures listed in the Environment Management Plan (EMP) given in the table below during preparation and execution of Works. Adverse impact/s on the environment caused due to non-adherence of legal and EMP requirements during preparation and execution of civil works shall be made good at the Contractor s own expenses. The Engineer s check and certification for payment, in accordance to requirements under Clause 42.2 of GCC, shall also include the performance review of the Contractor with regard to EMP compliance. The complete document on Environmental and Social Management Framework (ESMF) from which these conditions have been derived/listed is available with the Engineer and State Disaster Management Authority (SDMA) for the Contractor s reference. It is also available on the websites of National Disaster Management Authority (NDMA) and State Disaster Management Authority (SDMA). S. No. Activity 1. Work Plan for EMP implementation 2. Regulatory Permissions and Consents 3. Consultation and Community Consent 4. Construction/ Labour Camp Measures to be Implemented by the Contractor The Contractor s Project Manager shall be responsible for implementation of EMP provisions and will coordinate the over-all implementation of the said plan. Along with the Work Programme, the Contractor shall submit a plan including method statement and timeline about specific actions that will be taken by him to implement the provisions laid out in the EMP. The Contractor shall obtain all requisite statutory clearances prior to commencement of civil works, which includes obtaining permission/consent for plants, water extraction and borrow areas operations. This includes: Consent for establishment and operation of plant (for concrete work) from SPCB PUC certification for all vehicles/equipment used for/during construction Permission/consent of the District Administration/Mining Department/other agencies for quarrying and/or borrowing operations for materials like sand and earth Permission for water extraction, if applicable in the local area context. The Contractor shall abide by all conditions laid out in the said clearances. The Contractor shall consult and obtain written consents of landowners (individual/panchayat/govt. agency) for temporary use of land for all construction related activities including: (a) setting-up and operation of construction camp including labour camps, stock yards etc. (b) borrow areas and (c) disposal of debris and other waste material. (a) Location: The camp and plant site/s location and establishment shall be done in a manner that does not interfere or disturb the activities of local inhabitants, particularly those of schools and health facilities. Written permission (no objection certificate) shall be taken from the Gram Sabha and the land owner prior to location selection and a copy shall be submitted to the Engineer for approval. (b) Camp site shall not be located within 250 mts. from a water body including village ponds. (c) A distance of at least 500 mts. shall be maintained from designated/protected natural habitats (such as National Parks, Sanctuaries, Biosphere Reserves, ReserveForests and Ramsar Sites) and Coastal Regulation Zone. (b) Accommodation and Basic Amenities: All weather shelter with the required tenement size and toilets shall be provided, as per provisions of Labour Laws. Separate toilet facilities shall be provided for women workers. If a common mess is not provided/operated, additional space for cooking shall be provided. The contractor shall ensure that hygienic conditions are maintained during the operation of such camps/facilities. (c) Fuel for Cooking: The Contractor shall ensure that fuel wood is not used as a cooking medium in the construction/labour camp. (d) Potable water supply: Drinking water supply of at least 40 lpcd with the required supply points shall be provided. (e) Fire Safety: Adequate fire safety precautions shall be taken and required fire safety equipment (such as fire extinguishers) shall be provided by the Contractor. 57

58 S. No. Activity Measures to be Implemented by the Contractor 5. Site Clearance (a). No tree cutting is to carried out without the written instruction from the Employer, who in turn will ensure that relevant regulatory permission/s (including those from Forest Dept., if required) are obtained prior to cutting of such trees. 6. Protection of Properties and Resources 7. Quarry Operations (b) The non-timber grade trees are to be stacked and possession is to be given to Employer/concerned Govt. Department. (c) The Contractor shall strip, store and preserve top soil from the site of construction work and in the stock yards prior to stacking of materials. The top soil shall be reinstated in the Tourist Guide Centre compound after the construction is over. The Contractor shall take due care to protect and prevent damages to the following resources during preparatory and construction work: a. Water supply lines b. Irrigation canals c. Cart, cattle and/or foot trail/tracks d. Cultural properties and sites/structures of religious importance e. Houses, Farmlands, Orchards and/or Trees f. School and other existing buildings adjacent to the site of construction In case of damage due to construction activity, the restoration/repairs shall be carried out by the Contractor at his own cost. The Contractor shall procure material from quarries that have been approved/licensed by the State Govt. A copy of such an approval shall be submitted to the Engineer prior to procuring material. 8. Borrow Areas (a) Borrow areas for the project will be selected by the Contractor following the stipulations given below. The finalization of all such locations shall be dependent on the approval of the Engineer on technical and environmental grounds. This includes on-site verification to cross-check the accuracy of details provided by the Contractor. Only after receipt of the written approval from the Engineer, the Contractor shall enter into a formal agreement with landowner. (b) The Contractor shall not procure any kind of construction material (such as aggregates, sand and earth) from ecologically protected areas. (c) Identification and Selection 1. The borrow area should not be located in agriculture field/s unless unavoidable i.e. barren land is not available. In case borrowing needs to be done on an agricultural land, top-soil stripping, stacking and preservation is a must. 2. Borrow pits shall not be located within a distance of 100 mts. from any NH, SH or other roads. 3. Borrow pits shall be preferably located 500 mts. away from settlements/ habitations. 4. No borrow pits shall be located within 500 mts. from schools, colleges, playgrounds, religious structures and health centres. 5. No borrow area shall be opened within 500 mts. from a reserved or protected forest area, protected sites, wildlife movement zone and cultural heritage site. 6. No tree cutting shall be undertaken. 7. Borrow area near any surface water body will be at least 100 mts. away. (d) Operation 1. Area up to which material will be extracted shall be clearly demarcated on ground. 2. A 15 cm topsoil layer will be stripped and preserved in stockpiles. 3. Borrowing of earth should be preferably limited to a depth of 1.5 mtr from the existing ground level. 4. Slope at the edges will be maintained not steeper than 1:3 (Vertical: Horizontal). 58

59 S. No. Activity Measures to be Implemented by the Contractor (e) Rehabilitation of Borrow Areas 1. Rehabilitation shall be satisfactorily undertaken immediately after the use has ceased and at least three weeks prior to monsoon. 2. Preserved top soil has be spread uniformly over land (except in cases where borrow area is developed as a water body) used as a borrow area. 9. Water Extraction/ Use 10. Safety of Road Users and Local Residents Water for construction and for use at construction camps (including labour camps) is to be extracted with prior written permission of (a) the individual owner, in case the source is private well/tube well; (b) Gram Panchayat in case the source belongs to community; and (c) Irrigation Department in case the source is an irrigation canal or a river. (a) Traffic safety arrangements (including provision of warning signage, speed breakers etc.) shall be made by the Contractor to ensure safety of road users and local people, particularly in the internal village roads which will be used for transporting materials. (b) Material shall be covered during transportation to prevent spillage, accidents and pollution. (c) All required measures to ensure safety of local residents including children and other near-by residents shall be taken up by the Contractor. This shall include provisions to prevent unauthorised entry into the construction site and camp; fire and electrical safety measures; precautions around excavation such as barricading and warning signs and safe storage of material. 11. Worker s Safety (a) All measures required for ensuring safety and health of the workers shall be taken up by the Contractor. This includes provision and enforcement of appropriate personal protective equipment; first aid facility; emergency response arrangement; proper storage of hazardous/ toxic and polluting materials and; measures for ensuring fire, electrical and mechanical safety arrangements in camp and in work site. (b) All methods, steps and measures required for ensuring safety of workers, particularly those needed while undertaking work in or around excavations; working at height; and; while handling inflammable, toxic and/or hazardous materials shall be ensured by the contractor. (c) Material safety data sheet record of fuel and other inflammable chemicals shall be maintained at the site. 12. Air Pollution (a) Wind barriers or screens shall be provided in the downwind direction at air pollution causing sources like plant sites and fine material storage stock yards. (b) Fugitive dust emissions have to be eliminated by providing dust suppression/control measures, such as water sprinkling and cover on materials, based on activity and site conditions. (c) All plants and equipment shall comply with pollution control norms. (d) Water shall be sprinkled at least twice during dry day on haulage roads passing through or near settlements (including at least 100 m before the settlement). 13. Water pollution (a) All measures (including provision of temporary silt fencing to control sediment run-off) required for avoiding adverse impacts to water bodies (such as ponds, streams, canals and rivers), water sources (such as hand pumps and wells) and adjacent farmland shall be undertaken by the Contractor. (b) Storage of materials like fuel, chemicals and cement shall be done in a manner (with impervious layer on bottom and a covered shed on top) that does not contaminate land and ground/surface water. 14. Noise Pollution (a) All noise causing activities shall be stopped during night time (9:00 PM to 6:00 AM). The Contractor shall schedule construction works in consultation with local Panchayat Authority and School Principal to ensure least disturbance to school children and other adjacent residents. (b) Ear plugs shall be provided to the labour facing risk from high noise pollution such as plant site and those working near generators, heavy equipment/machinery. (c) Appropriate noise controlling devices including acoustic generators shall be used to minimise noise during construction work and operation of camp. 59

60 S. No. Activity Measures to be Implemented by the Contractor 15. Disposal o Debris/Wastes (a) Debris and other construction waste, if any, shall be disposed in locations pre-approved by the Engineer in a manner that it does not contaminate the environment. (b) Location of Debris Disposal Sites: Debris disposal sites shall be located preferably away from farmlands, water sources and water bodies. In no case, debris shall be disposed within 500 mts. of ecologically sensitive areas, including forests, wetlands and protected natural habitats. 16. Restoration and Rehabilitation of Sites All work sites and areas under temporary use (including construction and labour camps, plant sites, haul roads and borrow areas) shall be restored/ rehabilitated to a better condition (if not at least to its original condition) and to the satisfaction of the Engineer and land owner upon completion of construction work by the Contractor. Completion of work (as covered under clause 55.1 of GCC) will also include completion of rehabilitation and clean-up of the work sites including camps, plants, in and around the construction site; disposal of debris/construction wastes at pre-approved locations and; restoration of borrow areas and other sites/locations used for material sourcing. 17. Liabilities Any liability arising out of Contractor s agreement with landowners/ local people/gram panchayat (including those related to temporary use of land, water extraction and disposal of debris) shall be settled by the Contractor. 60

61 SECTION 4: CONTRACT DATA 61

62 Contract Data Items marked "N/A" do not apply in this Contract. The following documents are also part of the Contract: Clause Reference The Schedule of Operating and Maintenance Manuals [58] The Schedule of Key Personnel [09] The Methodology and Program of Construction & Environmental Management Plan The Schedule of Key and Critical equipment to be deployed [27] on the work as per agreed program of construction The Borrower is Government of India and Government of ODISHA is a participating state in the Integrated Coastal Zone Management project The World Bank means International Development Association [1.1] and loan refers to an IDA Credit The Employer is Name: The Conservator of forests (WL)-cum- Nodal Officer, ICZMP, Odisha, O/O PCCF, Bhubaneswar. Name of authorized Representative: Mrs. Meeta Biswal, IFS The Engineer is (Give a name with address) (1.1) Name: The Adjudicator appointed jointly by the Employer and Contractor is: *Name : Sri Sridhar Behera, Address : Retd Engineer-in-Chief. WRD Deptt.,Govt. of Odisha The name and identification number of the Contract is: ICZMP/WL/W/16/13-14 The Works consist of Renovation of Hukitola Building at Hukitola The work is to be executed in the financial year [brief summary, including relationship to other contracts under Project The Start Date shall be the date of issue of notice to proceed with the work (1.1) The Intended Completion Date including rainy season for the whole of the Works is 12 (Twelve) months with the following milestones: [17, 28] Milestone dates: 62

63 Physical works to be completed Period from the date of issue of notice to proceed with the work Milestone 1 i.e Removal of vegetation,damaged,old lime & cement plaster Surface etc. 3 months. Milestone 2 i.e. All lime/cement plaster work, fixing of tile 6 months. Milestone 3 i.e. Balance Work including painting & Finishing, 12 months. The following documents also form part of the Contract: [2.3] NIL The Contractor shall submit a revised Program including Environmental Management Plan for the Works (in such form and detail as the engineer shall reasonably prescribe) within 14 days of delivery of the Letter of Acceptance. [27] The Site Possession Dates shall be: Seven days from the date of signing the Agreement [21] The Site is located at Hukitola under Kenrapada district The Defects Liability Period is 365 days from the date of certification of completion of works. [35] Insurance requirements are as under: [13] (i) Works and Plant and Materials Minimum Cover for Insurance Contract value Maximum deductible for Insurance 5% of the Contract Value (ii) Loss or damage to Equipment (iii ) (iv ) Total book value of the equipment brought to the site by the contractor 5% of the figure alongside Other Property Rs.10,00,000/- Rs.10,000/- Personal injury or death insurance: a) for other people; As per Workmen s Compensation Act 1923 and other Acts in force. As per Workmen s Compensation Act 1923 and other Acts in force. b) for Contractor s Employees In accordance with the statutory requirements applicable to India 63

64 The following events shall also be Compensation Events: NIL [44] The period between Program updates shall be 30 days. [27] The amount to be withheld for late submission of an updated Program shall be Rs per day [27] The language of the Contract documents is English [3] The law which applies to the Contract is the laws of Union of India [3] The currency of the Contract is Indian Rupees. [46] Fees and types of reimbursable expenses to be paid to the Adjudicator [25] Rs per sitting plus reimbursable expenses, (i.e.) Traveling, boarding & lodging expenses. In case appointed by the President, Institute of Engineers, India at a daily fee per sitting as suggested by the Institute of Engineers, India. Appointing Authority for the Adjudicator: The President, Institution of Engineers (India)[26] The formula(e) for adjustment of prices are:[deleted] [47] The proportion of payments retained (retention money) shall be 06 % from each bill subject to a maximum of 05% of final contract price [48] The liquidated damages for the whole of the works are per day and that for the milestone are as under : [49] For milestone 1 For milestone 2 For milestone 3 Rs per day Rs per day Rs per day The maximum amount of liquidated damages for the whole of the works [49] is ten percent of final contract price. The amounts of the advance payment are: [51] Nature of Amount (Rs.) Conditions to be fulfilled Advance 1. Mobilization 5% of the Contract price On submission of un-conditional Bank Guarantee. (to be drawn before end of 20% of Contract period) 64

65 2. Secured advance for nonperishable materials brought to site 75% of Invoice value or Market value - lower of the two. a) The materials are in-accordance with the specification for Works; b) Such materials have been delivered to site, and are properly stored and protected against damage or deterioration to the satisfaction of the Engineer. The contractor shall store the bulk material in measurable stacks.; c) The Contractor s records of the requirements, orders, receipt and use of materials are kept in a form approved by the Engineer and such records shall be available for inspection by the Engineer; d) The contractor has submitted with his monthly statement the estimated value of the materials on site together with such documents as may be required by the Engineer for the purpose of valuation of the materials and providing evidence of ownership and payment thereof; e) Ownership of such materials shall be vest in the Employer for which the has submitted an Indemnity Bond in an acceptable format; and f) The quantity of materials are not excessive and shall be used within a reasonable determined by the Engineer. (The advance payment will be paid to the Contractor no later than 15 days after fulfillment of the above conditions). Repayment of secured advance: The advance shall be repaid from each succeeding monthly payments to the extent materials [for which advance was previously paid pursuant to Clause 51.4 of G.C.C. and 51(3) of Contract Data on prepage] have been incorporated into the Works. The Securities shall be for the following minimum amounts equivalent as a percentage of [52] the Contract Price: 65

66 Performance Security for 5 per cent of contract price plus Rs.... as additional security for unbalanced bids [in terms of ITB Clause 29.5]. The standard form of Performance Security acceptable to the Employer shall be an unconditional Bank Guarantee of the type as presented in Section 8 of the Bidding Documents. *The date by which operating and maintenance manuals are required is within 28 days of issue [58] of certificate of completion of whole or section of the work, as the case may be. *The date by which as-built drawings (in scale 1:100) in 2 sets are required is within 28 days of issue of certificate of completion of whole or section of the work, as the case may be. [58] The amount to be withheld for failing to supply as built drawings and/or operating and [58] maintenance manuals *by the date required is Rs.30, The following events shall also be fundamental breach of contract: [59.2] 1. The Contractor has contravened Sub-clause 7 of GCC read with SCC and Clause 9.0 of GCC 2. The contractor does not adhere to the agreed construction program and agreed environmental management plan (Clause 27 of GCC) and also fails to take satisfactory remedial action as per agreements reached in the management meetings (Clause 31) for a period of 60 days. 3. The contractor fails to carry out of the instructions of Engineer within a reasonable time determined by the Engineer in accordance with GCC Clause 16.1 and The percentage to apply to the value of the work not completed representing the Employer's [60] additional cost for completing the Works shall be 20 percent. 66

67 SECTION 5 TECHNICAL SPECIFICATIONS 67

68 1. TECHNICAL SPECIFICATION FOR CIVIL WORKS 1.1 General : Scope of work : The work contemplated under this contract includes general Builder s work for the aforesaid project, all as detailed in the Bill of Quantities, Specifications and drawings and to complete the said work in every respect in accordance with this contract and with the directions and to the satisfaction of the Engineer-in-charge. Such other works which are not included in the aforesaid Bill of quantities are generally intended to be executed through a separate agency. Notwithstanding the above, the Engineer-in-Charge reserves the right to order additional works under the same Contract. The Engineer-in-charge also reserves the right to omit any item of work included in the aforesaid Bill of quantities and award the same to any other contractor or not perform it at all at his discretion and the Contractor shall not have any claim because of the same. The Contractor for this work shall be required to work in co-operation and co-ordination with other agencies on site and give them all reasonable assistance and help for the execution of the work in an efficient manner all as directed. The words approved or as directed shall be deemed to convey approval or the discretion of the Engineer-in-charge of the work Indian Standard Specification : The particular Specifications for the work are as detailed hereinafter. These specifications shall be read in conjunction with the relevant Indian Standard Specifications. The obtainable local practice as detailed in various regional handbooks of practice may be used subject to specific approval from the Engineer-in-charge. Where the specifications in any of the standards are at variance with the specifications detailed herein, the specifications herein shall govern Quality of Materials & General Standards of work : The contractor under this contract commits himself to use materials conforming to relevant Indian Standards / Codes and assumes full responsibility for the quality of all materials incorporated or brought for incorporation in the work, the work shall be executed in accordance with acceptable engineering practice and as per direction of the Engineer-incharge Scaffolding : All scaffolding and ladders required for the proper execution of the work shall be provided by the contractor. The scaffolding should be stout and strong to prevent any collapse or displacement. Proper measures for safety of workmen working on scaffolding should be taken by the contractor. The mode of measurements, wherever possible is specifically mentioned in these documents. Where it has not been mentioned, it shall be as per provision of the relevant 68

69 Indian Standards. All the measuring tapes and other accessories necessary, shall be provided by the contractor. The bidder along with his bid shall furnish a list of tools, plant and machinery which he intends to use on the works in Bid document. The list should indicate the exact type of machine, its capacity, year of manufacture, kind and capacity of propelling force, spare parts readily available and all other pertinent information. The contractor is obliged to use the machinery mentioned in his list if the Engineer-in-charge considers it necessary Surveying and staking : It is the express responsibility of the contractor to bring to site all surveying instruments necessary for the marking out, fixation of levels, etc. and conduct these survey operations himself with utmost accuracy. The contractor shall put up stable bench marks etc. as necessary for the work. Engineer-in-charge / his representative will be present when this work is being carried out and will inspect all these operations with the contractor s assistance. The contractor shall be entirely responsible for accurate setting out the work and he shall at his own expense make good any defects arising from errors in the line and levels Dewatering : Dewatering of accumulated water in all locations on work site from whatever source of cause until the virtual completion of the entire work shall be done by the contractor at his own expenses and shall not be separately paid for. The rates quoted by the contractor shall be deemed to be inclusive of this Access to site, approach roads and roads within the premises : The contractor shall at his own cost provide all approach roads required for the purpose of carrying out the work in the most expeditious and efficient manner and shall remove the temporary roads on completion. He shall acquaint himself thoroughly regarding condition and suitability of public roads leading up to the limits of the premises and will provide vehicles for transportation of materials which meet the requirements of these road conditions. It shall also be the responsibility of the contractor to maintain at his own cost the road till the construction is completed. The bidder is also to acquaint himself with local laws and bylaws and comply with all police and highway authority requirements. 1.2 Earth work: Excavation: Excavation for trenches over areas and for pits, etc. shall be done to widths, lines and levels as shown in drawings or to such lesser or greater widths, lines and levels as directed. The bottom and side of excavation, required levels, profile, etc. watered and thoroughly rammed. Where the contractor excavated below required level in good ground inadvertently or carelessness he shall make up the void in concrete M-10 at his own expense. During excavation the contractor shall take necessary precaution to retain earth, so that the earth will not slide or fall down to avoid any accident and hamper the progress of work. He will take necessary steps to prevent the damage to adjacent structure or existing services. He shall 69

70 repair and make good any such damages at his own expense to the satisfaction of the owner. A suitable path for men and materials around the excavated pit should be maintained throughout the work. Stacking or excavated earth from trenches, bids etc. shall be done away from the pit at a minimum distance equivalent to the depth of pit/trenches/foundation up to a initial lead and lift as directed by the Engineer-in-Charge Dewatering: All water that may get accumulated in excavations during the progress of work from whatever cause or source, shall be bailed or pumped out as necessary. The rates for excavation shall be deemed to include the same, if not otherwise specified Timbering & excavation (Shoring) Where the soil is soft and sides of excavation needs supporting, suitably designed planking and strutting shall be provided. The rates for excavation shall be deemed to include all planking and strutting as necessary Refilling around foundations: Refilling around foundations shall be done with approved excavated materials. Refilling shall be done in layers not exceeding 15cms thick, watered adequately and consolidated with pneumatic tampers or other suitable compactors. The finished surface of filling shall be slightly proud to bring it to finished level after watering and consolidation as directed. The rates for refilling around foundations shall be deemed to include this. All materials considered surplus shall be removed to destinations and disposed off as directed. The disposal of the materials can be in any of the following ways as directed by the Engineer-in-Charge of the work Filling: 1. Filling in low lying areas. 2. Filling in at places of filling such as under floors, in roads etc. 3. Stacking of materials in pre-designated stacking yard. 4. Removal of materials outside the plot for disposal. Filling under floors or other places indicated shall be done with good quality sand conforming to zone 2 or 3 I.S: 383. Filling shall be done in layers, each layer watered adequately and consolidated to specified density by suitable compacting equipment. Thickness of each layer shall not exceed 15 cm. The surface of the filling shall be finished to lines and levels as required. The filling shall be compacted in such a manner as to guarantee full stability. However, the site filling shall be done with Fly Ash from a source as instructed by the Employer in writing. While the cost of Fly ash shall be borne by the employer, the transportation and labour costs shall be the responsibility of the contractor Measurement: 70

71 Measurement for all excavation, filling, carting away and earthwork shall be in solid measure. The rates quoted by the bidders are thus for solid measure units. The following factors shall be applied to obtain quantities of solid measure. Excavation : No reduction in volume Filling, watered and : Volume shall be determined by levels Consolidated in layers before and after compacted filling and by measuring the lengths and breadth as required. The mode of measurement for various types of excavations shall be as under: a) In case of trenches, pits and areas, measurement shall be on the basis of width of foundations and the depth of bottom of foundation (bottom of bed concrete, if provided) formation. b) In case of pipe trenches and drains, measurement of width of trench shall be diameter of the pipe plus an allowance of 50 cms. To allow for collars, flanges etc. c) Excavation in rock shall be measured up to levels indicated or required. No undulations as physically appearing after excavations shall be taken into consideration while arriving at the quantities. The rates quoted by the contractor shall be deemed to include for this and no extra is admissible Sub-grade Conditions: When no data is available of soil formation and depth of water table of proposed work site, the contractor should make his own arrangements of preliminary site investigation by actual inspection of the site and surrounding areas to assess the nature of soil and to foresee the difficulties that may arise during construction period. The contractor shall acquaint himself of the above before filling up of the bid. No claim whatsoever will be entertained on any account of conducting these exploratory works or lack of investigation on the part of the contractor. 1.3 Plain & Reinforced Concrete, Controlled Concrete General : Concrete and reinforced concrete work shall be carried generally in conformity with the latest Indian Standards IS: 456 and for provisions indicated here in below. All work is to be carried out with utmost precision and up to date scientific know how and the contractor shall employ thoroughly competent staff to achieve acceptable standards conforming to technical specifications Cement: Portland slag cement (IS: 455) shall be used wherever so directed by the Engineer in Charge or as shown in drawings or Bill of Quantities. If directed, the contractor shall purchase cement as fresh as possible after manufacture and where there is reason to believe the cement has been long stored, the Engineer-in-charge may demand a Laboratory Test 71

72 Certificate regarding the character of cement and the contractor shall furnish the same at no extra cost. The Engineer-in-charge shall reject any cement which in his opinion does not meet the required standards. All bags and containers in which cement is packed shall be stored in a dry, weather tight, properly ventilated structure with adequate provision for prevention and absorption of moisture. The contractor shall at all times maintain for the inspection of the Engineer-in- Charge a log book indicating the receipt of cement, brand and agent from whom obtained and the age of cement. Cement, which has caked or perished by being wet or otherwise shall on no account be used on the work. Cement shall be consumed on the works in the same sequence as that of their receipt at site. Cement reclaimed from cleaning of bags or from spillage from containers, or otherwise shall on no account be used. Portland Slag Cement is to comply to the relevant Indian Standard Specifications IS 455. This standard stipulates that the slag constituent shall be not less than 25 per cent and not more than 65 per cent of the Portland Slag Cement Fine Aggregate : (i) Fine aggregate shall conform to latest Indian standards (IS:383). Sand shall be natural sand, crushed gravel sand or crushed stone sand but it must be a well-graded sand conforming to IS grading and its FM be 2.4 to 3.2. Use of sea sand is prohibited. It shall be composed of hard siliceous material and shall be clean and of sharp angular grit type. Sand shall be properly graded minimizing all voids. (ii) Allowance for bulking of wet sand shall be made. Bulkage limit is to be restricted to less than 20%. Silt content in sand should not be more than 5%. Laboratory equipment such as measuring jars etc. are to be kept at site for time to time checking of bulkage and silt content. (iii) Sand shall be free from any harmful organic impurities. Quick colour test should be made at site for the consignment of sand receiver. Colour test details are given below: Colour Test of Sand: The sand shall be tested with 3% solution of caustic soda (Sodium Hydroxide), which is called Colour Test. This is a reliable indicator of the presence or otherwise of any organic matter in sand as under. (i) (ii) (iii) A colour less liquid indicates clean sand free from organic matter. A straw coloured liquid indicates some organic matter but not enough to be seriously objectionable; and A dark colour means that the sand contains injurious amount of organic matter and should not be used unless it is washed and a retest shows that it is satisfactory Coarse Aggregate: 72

73 Coarse aggregate shall be approved hard aggregate conforming to latest Indian Standards (IS: 383) details of which are as follows. (i) Deleterious materials : less than 5% (ii) Specific gravity : not less than 2.6 (2.6 to 3) (iii) Water absorption value : about 1% by weight (iv) Aggregate crushing value : for wearing surface less than 30% for other concrete surface less than 45% (v) Aggregate impact value : for wearing surface less than 30% for concrete other than wearing surface less than 45% (vi) Aggregate abrasion value : for wearing surface less than 30% for concrete other than wearing surface less than 50%. (vii) Soundness (sodium sulphate method) : less than 12% Aggregate, Gradation, storage, etc. Aggregates of various specified sizes shall be stock piled properly and separately. Aggregates shall be clean and shall not contain any foreign matter, silt, loose or destructive substances, harmful chemicals etc. Aggregates shall be stored in proper bins, which shall have good drainage to prevent the inclusion of foreign matter and preserve the gradation. Sufficient live storage shall be maintained to permit segregation of successive shipment, placing of concrete at the required rate and such procedures as inspection and testing. If directed, the aggregate shall be washed before use. The grading of aggregate for use on works shall be as per the Indian Standards (IS : 456 ) 1. Grading of Coarse Aggregate as per IS: 456 Sl No. IS size % Passing for graded aggregate of nominal size. 40mm 20mm 16mm mm mm mm mm mm mm mm Grading of Single Size Aggregate as per IS: 456 Sl No. IS size % Passing for single aggregate of nominal size. 73

74 40mm 20mm 16mm 12.5mm mm 1 40mm mm mm mm mm mm mm Proper sieve analysis shall be carried out to determine the best gradation obtainable from the available aggregates. The sieve analysis shall be performed as per standard practice and as laid out in the relevant Indian standards Water : Water for all concrete work shall be clean, free from deleterious matter such as oils, acids, alkalis, sugar and vegetable matter. Permissible limits for solids shall conform to IS 456. Every attempt shall be made to use water which is fit for drinking purposes. Water storage facilities provided by the contractor shall be maintained properly to preclude contamination of water by any of the harmful substances. The quantity of water to be added to concrete for mixing shall be such as to afford workability consistent with strength requirements. Water cement ratio shall be maintained constant as specified (0.45 for RCC and recorded in every batch of concrete. P.H. of water shall be in the range 6-9. The permissible limits, as per IS 456- areas following : SL. NO. Tested as per Permissible Limit (Max) (i) (ii) Organic IS 3025 (part 18) mg/litre In organic IS 3025 (part 18) mg/litre (iii) Sulphates ( as SO 3 ) IS 3025(part 24) mg/litre (iv) (v) Chlorides (as Cl) IS 3025 (part 32) mg/litre for concrete not containing embedded steel and 500 mg / litre for RCC work. Suspended matter----- IS 3025 (part 17) mg/litre The water cement ratio, being of paramount importance governing the durability of concrete, it should be of the lowest feasible value. In the subject under reference, it should be 0.45 for M30 RCC and to achieve sufficient workability, it may be necessary to use suitable super-plasticizer in the concrete mix to ensure efficient placement of concrete Plasticizers: - The commonly available admixtures with good to high plastic zing effects are: (i) (ii) Modified ligninsulphonates (MLS) Sulphonated melamine condensates (SMF) 74

75 (iii) (iv) Sulphonated naphthalene condensates (SNF) Poly Carboxylic ethers (CE) Typical performance of water reducing admixtures are outlined below: Type of super-plasticiser Typical dosage by cement weight Water reduction MLS % Up to 10% SMF % Up to 25% SNF % Up to 25% CE (Poly Carboxylic ethers) % Up to 40% The super-plasticiser based on Poly Carboxylic Ethers (CE) is proving much better than others. The type and dosage of Super-plasticiser to be used shall be subject to the approval of the Engineer-in-charge. The dosage shall be arrived at through lab. tests / mix design tests as approved by the Engineer-in-charge Types of concrete, strengths etc. : The Bill of quantities specifies various types of concrete. The strengths corresponding to these types is as per table below : i. Types of Concrete Sl. No. Type of Concrete 28 day Characteristic Design strength N/mm2 28 day Target Design Strength N/mm2. 1 M X 3.5 = M X 4.0 = M X 5.0 = 38.2 Note : The established values of standard Deviations shall be used. When adequate test results (30 or more) are available and the target strengths revised thereafter. Efforts shall be made to bring the standard Deviations up to date, preferably once a month. Even though the Bill of quantities specifies various types of concrete, it is possible that the type may be altered to suit the site conditions. The compressive strength indicated above pertains to compressive strength tests on work test cubes 15 x 15 x 15 cm, after normal curing for 28 days. The strength of preliminary test cubes shall be as per IS : 456. The type of concrete for any particular situation of work shall be as per drawings. Any construction in the coastal areas may be considered as exposed to severe environmental condition. In assessing the level of severity, it shall be prudent to adopt a realistic attitude and be even some what conservative in respect of the extent of coastal zone for the ultimate durability of the structures. Thus, besides using. Portland Slag Cement, the specific requirement on durability aspects, as per Indian Standard IS 456, in respect of the following parameters, must be met :- 75

76 Minimum Cement Content Maximum Water / Cement ratio Cover to Steel Reinforcement. All these requirements are related to the various environmental exposure conditions. The standard IS 456 classifies the environment into 5 levels of severity, that is mild, moderate, severe, very severe, and extreme. The parameters relating to minimum cement content and maximum water / cement ratio, as per IS 456, are summarized below along with the minimum grade of concrete :- Exposure Environment Coastal concrete sheltered from saturated salt air. Concrete exposed to coastal environment Concrete exposed to sea water spray / or in contact with aggressive soils / ground water Exposure Classification Plain Concrete Min. (*) Cement content) kg/m 3 Max. water cement ratio Mini. (*) Grade of concrete Reinforced Concrete Min.(*) Cement content) kg/m 3 Max. water cement ratio Moderate M M25 Severe M M30 Very Severe M M35 Min. Grade of concrete Arrangement for slump cone test shall be kept at site to arrive at workability whenever theengineer-in-charge wants to check at site. Arrangement for compacting factor test shall also be made to Tests for determination of strength of concrete. ii. Strength of Concrete As will be apparent from the Bill of quantities, the strength of concrete specified is the criteria and the contractor shall make every effort to obtain the strength by good quality. Control. In case of concrete, which does not obtain the specified strength at 28 days, such work shall be demolished and reconstructed to obtain the requisite strengths, as directed by the Engineer-in-charge. It has also to be ensured that the concrete conforms to the durability requirements viz. all requisite parameters concerning minimum cement content, maximum free water cement ratio and the specified cover to steel as well as good workmanship to obtain full compaction of concrete with non honey-combing in the finished concrete etc. have to be meticulously implemented on the job including fully efficient curing of concrete surfaces. To determine whether concrete in any particular part of the work is of the requisite strength or not, test cubes (works test cubes) shall be made from samples collected from the concrete being poured for the particular part and determined as per acceptance criteria detailed hereinafter. The salient features for the collection of samples is as indicated below. Testing of Concrete Cubes for determining Compression strength: 1. Quality 76

77 As specified 2. Compression strength Shall be as specified for the particular type of concrete. 3. Criteria for acceptance of work Part or element pf concrete work shall be deemed to be acceptable, provided the three cubes tested for 28 days strength conform to the following as per IS 456. iii. Acceptance criteria of concrete cubes. (As per IS 456) The Concrete shall be deemed to comply with the strength requirements when both the following conditions are met. (a) The mean strength determined from any group of 4 non-over lapping consecutive test: (b) Any individual test result complies with the appropriate limits in column 3 of the following Table-A Table A. Characteristic Compressive Strength Compliance Requirement Specified Mean of the Group of Individual Test Grade 4 Non-Over lapping Results in N/mm 2 Consecutive Test Results In N /mm M15 f ck X established Standard deviation (rounded Off to nearest 0.5 N / mm 2 ) f ck 3 N /mm 2 OR f ck + 3 N /mm 2 which ever is greater M 20 f ck X established standard deviation (rounded off to nearest 0.5 N /mm 2 f ck 4 N / mm 2 OR f ck + 4 N / mm 2 Whichever is greater f ck = 28 days characteristic compressive strength In the absence of established value of standard deviation, the following values of standard deviation shall be assumed, and attempt should be made to obtain results of 30 samples as early as possible to establish the value of standards deviation of the specified grade of concrete. Assumed Standard Deviation Grade of Concrete Deviation (N /mm 2 ) Assumed Standard M10 & M M20 & M M30, M35 & Above 5.0 The above values correspond to the site control having proper storage of cement weigh batching of all materials; controlled addition of water regular checking of all materials aggregate grading and moisture content; and periodical checking of workability and strength. Where there is deviation from the table, the values give above shall be increased by 1 N /mm 2. 77

78 Concrete shall be liable to be rejected if it is porous of honey combed, its placement has been interrupted without providing a proper construction joint, the reinforcement has been displaced beyond the tolerance specified or the construction tolerances have not been met. The concrete shall be accepted only after the contractor carries out suitable remedial measures to the full satisfaction of the Engineer-in-charge. In case of doubt regarding the grade of concrete used, either due to poor workmanship or based on results of cube strength tests, core tests shall be carried out. The points from which cores are to be taken and the number of cores required shall be at the discretion of the Engineer-in-charge and shall be representative of the whole of concrete concerned. In no case, however, shall fewer than three cores be tested in accordance with IS 516. Concrete in the member represented by a core test shall be considered acceptable if the average equivalent cube strength of the core is equal to at least 85% of the cube strength of the grade of concrete specified for the corresponding age and no individual core has a strength less than 75% Quantum of Cubes and testing as per IS 456. The minimum frequency of sampling of concrete of each grade shall be in accordance with the following. Quantity of Concrete No. of samples In the work (m 3 ) and above 4 + one additional sample for each additional 50 m 3 or part there of. NOTE: At least one sample shall be taken from each shift. 3 test specimens shall be made from each sample for testing at 28 days. Additional 3 specimen cubes be cast to determine the strength of concrete at 7 days. The direction of the Engineer-in-charge in this regard shall be final and binding. Batching and making of concrete: All batching of aggregates and cement shall be by weight. All the necessary equipment such as weighing equipment, devices for determination of moisture and bulk in sand, slump cone etc. shall be provided by the contractor. Concrete shall be machine mixed in appropriate mechanical concrete mixtures until there is a uniform distribution of materials and uniform colour and consistence is achieved and under no circumstances for less than two and half minutes. 78

79 A wooden board approximately 30 cms. X 40 cms. Shall be put up at the concrete mixture on which shall have been legibly written in English and the local language, the quality of concrete that is being mixed, the proportions and other relevant data Cubes: The size of cubes to be prepared and tested shall be 15 X 15 X 15 cm (6 x 6 x 6 ) Cubes each are intended for testing at 7 and 28 days respectively and determining the strength. Cubes tested at 7 days should give a strength of not less than 70% of the corresponding strength of structural members and also for works at various levels. It shall also be collected whenever the usual quality for a particular strength is suspect. The acceptance criteria of concrete cubes as given above and in IS: 456 is to be followed. The test results of the sample shall be the average of the strength of 3 specimens. The individual variation shall not be more than ± 15% of the average. If more, the test results of the sample are invalid Preparation and Testing of Cubes: Casting of cubes, preparation of moulds for the same, processing and curing the cubes and testing the same shall be as per detailed instruction laid down in the relevant Indian Standard as amended up to date Equipment modules testing etc. It is entire responsibility of the contractor to prepare and get the cubes tested and provide for all materials, labour, modules, equipment, faculty and charges for testing etc. The contractor s rate for concrete work shall be deemed to include for these and no extra payment whatsoever is admissible on this account Slump: The slump cone tests shall be required to be performed to establish workability and the same shall be carried out free of cost. Suitable Plasticiser / Superplasticiser may need to be used, as directed by the Engineer-in-charge, in M-20 M-30 & grade RCC to obtain therequisite workability of concrete at the specified water cement ratio Form Work: Form work shall be properly designed and constructed such that it is rigid enough to remain free from bulging, sagging or replacement during placing of concrete. It should also be so constructed as to facilitate removal of the same without damage to concrete. The formwork shall be adequately watertight to prevent any loss of liquid and grout. All formwork shall be accurately erected in regard to size, levels etc. In case of timber form work, the surface of forms in contact with concrete surface shall be wrought. The joints between boards shall be close fitting and very thin for the concrete surfaces designed to have exposed finish and not intended to be plastered. Surface of forms coming in contact with concrete shall be treated with approved emulsions or mineral oil. It shall be ensured that these emulsions do not stain or discolour the natural colour of concrete. All form work shall be removed as per latest IS 456. Form work shall be removed without shock or vibration. Edges of beams and columns if required to have chamfers shall be obtained by suitably 79

80 fixing triangular edge beads 20mm x 20mm to the forms. (No extra is admissible to the contractor on account of these incidental and minor works for sizes up to and including 20mm x 20mm). Likewise where drip notches are necessary they should be formed by suitably shaped fillets nailed in forms. Form work for all beams and other horizontal construction members shall be built to an upward camber of 1/300 of the span (in the center) to nullify the effects of optical illusion. The camber shall be in addition to such camber as may be required and shown in the Static Calculations. The tolerance on the shapes, lines and dimensions shown in the drawings shall be within the limits given below: (i) Deviation from specified dimensions of cross-section of columns and beams..+ 12mm - 6 (ii) Deviation from dimensions of footings 1. Dimensions in plan + 50mm Eccentricity.0.02 times the width of the Of deviation but not more than 50mm. 3. Thickness...± 0.05 times the specified Thickness. (iii) Plumb, specified Batter, the lines & surface of Columns walls etc.± 12 mm (in 3m of height) ± 18 mm (in 6m of height) & ± 30 mm (in 12m of height) After the forms have been erected to line and grade, the same shall be meticulously inspected as to their adequacy. If the forms are not tight, there will be loss of mortar, which shall result in honey-combing of concrete or a loss of water which shall cause sand streaking. If the inspection reveals that the forms are not braced sufficiently to stay in alignment during concrete placement, concreting operation shall not be commenced till the Contractor sets right the deficiencies and the forms re-inspected and found O.K. it shall also be checked during inspection that the formwork as erected conforms to the specified line, grade, alignment to the specified tolerance limits. Fully adequate rigidity of forms is of paramount importance since the tolerance limits specified are for the finished concrete and not for the forms. Consolidation of concrete by the vibrator requires that the forms be tight and strong. Stability is a very important consideration in the form work and the Contractor shall be made to understand that the common deficiencies resulting in failure of formwork. (i) Inadequate cross bracing: (ii) Inadequate horizontal bracing: (iii) failure to regulate the rate of placement of concrete in the forms and (iv) abnormal form displacements during & after concrete placement due to inadequate provision for lateral pressures. The contractor should ensure that ready access is provided for proper placement of concrete, vibration of concrete, and for inspection of these operations Horizontal Construction Joints : 80

81 A very common blemish on formed concrete surfaces in the off set often found at horizontal construction joints where forms have given way (viz yielded) a fraction of couple of centimeters at the bottom of the new lift. These off sets should be prevented by so setting the forms as to fit snugly & tight against the top of concrete in the previous lift and then securing the forms so as to remain in tight contact during the concrete placement operation. The anchoring shall be done by using an ample number of ties and bolts above and within a few centimeters of the construction joint. The ties in the top of previous lift cannot be relied on to prevent a slight spreading of the forms at the joint. Forms shall overlap the hardened concrete in the lift previously placed by not more than about 50 mm, though 25 mm lap is considered satisfactory. The Contractor should take utmost care to ensure that the construction joints are smooth, free from sharp deviations, projections or edges Spalling from the face of concrete : Occasionally, spalling may occur from the face of concrete when forms are removed. This is often caused by rough spots on the forms where mortar adheres strongly enough to overcome the tensile strength of green concrete. Such areas on the forms must be cleaned, polished and the covered with form oil by the contractor. Wire brushing of timber forms shall be done very carefully to remove the set-mortar Filling of Bolt Holes (she Bolts ) or Holes of ties / Rods. The holes left in the concrete surfaces by the She bolts or rods etc. shall be duly reamed, cleared, cleaned and filled with dry pack mortar by the Contractor within a reasonable period of the removal of formwork. Such filling shall be made flush with the concrete surface. No holes shall be left without the dry-pack mortar filling Inspection of Forms : The Contractor shall inform the Engineer-in-charge well in time (well before commencement of placement of concrete in the forms) to enable him or his representative to inspect the formwork as to its adequacy, suitability, alignment, strength and overall fitness. However, such inspection shall not relieve/ absolve the Contractor of his SOLE RESPONSIBILITY for the proper formwork, and safety of men, materials, equipment and the consequent results / consequences Transporting and Pouring of Concrete : No mixing of concrete shall be started unless the situation where they are to be poured are prepared and kept ready. Concrete shall be poured immediately on preparation. Transporting of concrete shall be done as speedily as possible and also in a manner to prevent segregation of aggregates. No re-tempered concrete shall be allowed to be used on the works. No concrete shall be allowed to fall from a height more than 1.2o Mt. Where the concrete is to be placed at more depth it should be done through chute as directed by Engineer-in-charge. Lift of concreting shall normally be not greater than 2.00 m in height. Before fresh concrete is placed against an already cast and hardened section, such surfaces shall be roughened, swept clean, moistened with water and treated with cement slurry. Fresh concrete shall then be poured as required. Under no circumstances, concrete mixed for more 81

82 than 20 minutes shall be used where initial setting has commenced. Dewatering of excavations for concreting where necessary shall be carried out by the contractor as directed and the rates quoted by the contractor are deemed to be inclusive of such dewatering. No concreting shall be done in adverse weather condition without proper precautions or approval from Engineer-incharge. No hand-mixing of concrete shall be allowed. In an exceptional / unavoidable circumstance, it shall be allowed under the specific approval of Engineer-in-charge and that too for a small or restricted quantity only, and in such a situation, 10% more cement shall be used than that used when concrete ingredients are machine mixed Consolidation and processing of Concrete : Concrete for all works shall be compacted by means of suitable vibrating equipment. Spare vibrators needles which are in complete working condition shall always be kept ready at sites to be put into commission incase of failure of the vibrators or needles under use. The vibrators shall be operated by skilled personnel, thoroughly instructed as regards the mode, frequency, duration etc. regarding vibration Finish to concrete surfaces : Finish to concrete surfaces at various situations shall be as per directions of engineer-in-charge. Where, form finish is specified, the final surface shall be smooth and even and no-undulations, ridges, spots etc. shall be permitted. They shall be laid to pattern as directed. In case surfaces intended and directed for form finish, exhibit any of the defects above mentioned, the surfaces shall be rubbed with carborundum and finished as directed at the risk and cost of the contractor. The decision as to the acceptability or otherwise of a surface will be notified by engineer-incharge and the contractor will implement the instructions accordingly. The honey-combed concrete shall be meticulously rectified to the full satisfaction of the engineer-in-charge Concrete Cover for Reinforcement : Where not specifically indicated in the drawings, concrete cover for reinforcement shall be as per the latest Indian Standards and as per directions at site from time to time. Proper concrete cover blocks to suite various covers as required shall be provided in adequate numbers sufficiently ahead of the work. In respect of the nominal cover to all steel reinforcements including links., it should not be less than the following to meet the durability requirement ( as per IS 456:2000) :- Exposure Environment Exposure classification Nominal concrete cover in mm not less than Concrete surfaces sheltered from saturated air in coastal areas Concrete exposed to coastal environment Concrete exposed to sea water spray / or in contact with Moderate 30 Severe 45 Very Severe 50 82

83 aggressive soils / water. The actual cover should not deviate from the required nominal cover by +10mm and - 0mm Construction Joints : Construction joints in concrete work shall be provided as far as possible only at predetermined places in consultation with Engineer- in-charge. Joints shall be provided as specified in latest Indian standards or as directed by Engineer-in-charge Curing : It is very important that all cement concrete work shall be cured properly. All concrete work shall be kept continuously in a damp or wet condition by pouring or by covering with a layer of moist sack, canvas, hession or similar material for a minimum period of 14 days from the date of concreting as per IS 456, prolonged curing beyond even 14 days shall be desirable (viz keeping the concrete continuously wet). Since the Water cement ratio of concrete shall be low (0.45 for RCC M30 grade concrete & 0.5 for M20 grade concrete as per IS 456:2000 Table 5), it is all the more important to ensure prevent of moisture loss from the concrete through fool-proof and prolonged curing. Water used for curing shall also be free from any deleterious substances and shall generally be fit for drinking. The work shall be adequately protected from drying, winds and direct sun rays. The contractor should arrange at his own cost a temporary water supply line with provision of suitable lines, pump etc. for curing and constructional purpose to reach all heights. The contractor shall not be allowed to commence the work of concrete placement until he makes all the curing arrangements to the full satisfaction of the engineer-in-charge (viz. water tanks, pumps, delivery lines, spray nozzles etc. as well as the requisite crew earmarked specifically for undertaking curing). Payment for the concrete placed shall be made only after its specified curing has been done to the full satisfaction of the engineer-in-charge Membrane Curing : Curring constitutes one of the most vital requirement for the strength & durability of concrete. Any slackness in curing or doing inadequate curring will adversely affect the durability of concrete. Fool-proof curring by the contractor is, therefore, a must. In case the Engineer-incharse finds that the moist curring(viz water curring) by the contractor is not being efficiently done (particularly on the under sides of slabs & beams etc.), he shall direct him to resort to the curring by membrane forming curring compound. The curing compound should be white pigmented of approved quality conforming to ASTM-C Type-2. This should meet the requirement of water retention test as per ASTM designation C Loss of water in this test for acceptable curing compound should not be more than 0.55kg/m 2 of exposed surface in 72 hours. The curing compound should also meet the day light reflectance test. Curing compound is to be sprayed with a nozzle. It should be applied as soon as the bleeding water disappears,leaving a dull appearance. This is when there is no free moisture on the surface. If applied too early, the free moisture will prevent the compound from forming a moisture-proof film. If applied too late, some of the moisture will have already been lost that should have been retained for the hydration process. Proper time range will vary from about 30minutes to 2 hours after placement 83

84 of concrete depending upon humidity and temperature.uniform coverage of curing compound on the concrete surface is very important and, accordingly, it should be mechanically sprayed with a nozzle. The dosage of curing compound sprayed on the concrete surface should normally be not more than 1litre for about 3.75m 2 (sq m) concrete surface area. The contractor shall be allowed to use the curing compound only upon his furnishing its test reports in respect of the water retention tests & day light reflectance test. The Engineer may also get the curing compound tested in a reputed laboratory for its suitability. Payment for the concrete placed shall be made only after the completion of proper application of membrane-forming curing compound Opening and inserts : All opening and inserts which are designated in due time or as required for services, will be exactly provided by the contractor including supply of materials. The contractor should also fix the anchors or such items which maybe supplied by the proprietor in exact position and in perfect lines and levels, inserts apply to such items as timber, dowels, bolts, loop, brackets, suspension, irons, hooks, screws, plates, pipe, pipe of various types and diameter etc. Openings in concrete or masonry must be provided in exact location, to correct shape, size and depth or slightly bigger, as shown in drawings or as instructed. It must be clearly understood that provisions of inserts and openings as contemplated in this contract are to be carried out with utmost precision and any deviation of the same from that as shown in drawing or instructed have to be rectified by the contractor at his own cost and responsibility. The contractor should make provision of openings to deep beams and their members at bottom or at lower level as necessary for cleaning purpose prior to concreting Steel reinforcement: All reinforcement for concrete work shall be corrosion resistance steel (CRS 42) and conforming strictly to the latest Indian Standards. They shall be of tested quality. Reinforcement shall be fabricated to shapes and dimensions shown on the drawing and shall be placed where indicated on the drawings or required to carry out the intent of drawing and specifications or as directed by Engineer in charge. Before placing, reinforcement shall be thoroughly cleaned of loose rust, coating etc. which would result in reducing or destroying the bond. Oiling the bars to clean them is strictly prohibited. Bending, straightening, cutting etc. operations shall be carried out in a manner not injurious to the material. Assembly of reinforcement, placing of reinforcement, Tolerance for Cover, welding of joints etc. shall generally conform to the Indian Standard specifications. IS Placing of Reinforcement. Before the reinforcement is placed, the surfaces of bars and the surfaces of any metal bar supports shall be cleaned of all rust, loose mill scale, dirt grease and any other objectionable matter. (ii) All reinforcement bars shall be accurately placed in exact position shown in drawings and shall be securely held in position during placement of concrete by annealed binding wire, and by using stays, blocks, metal chairs, spacers or other approved devices at sufficiently close intervals (less than 1 m interval) so that the bars do not sag. 84

85 (iii) (iv) (v) (vi) Wire for binding reinforcement shall be soft and of annealed mild steel of 16 SWG and shall conform to IS 280 The bars shall not be allowed to sag between the supports and also not allowed to be displaced during concrete placement. Also, the contractor has to ensure that no disturbance is caused to the reinforcement bars already placed in concrete. All devices used for positioning of bars shall be of non-corrodible material. Metal supports shall not extend to the surface of concrete except where shown in the drawings. Pieces of broken stone or brick or wooden block shall not be used. The contractor must ensure that the CONCRETE COVER AS SPECIFIED IS METICULOUSLY PROVIDED. All bars protruding from concrete and to which other bars are to be spliced, and which are likely to be exposed for a long period. SHALL BE PROTECTED BYA THICK COAT OF NEAT CEMENT GROUT. (vii) (viii) (ix) Reinforcing bars of 25 mm in diameter and less may be either lapped or but welded whichever is considered more practical by the Engineer. Reinforcing bars of 28 mm in diameter and larger may be connected by butt welding provided that the lapped devices will be permitted if found to be more practical than butt welding and furthermore that the lapping does not encroach on cover limitation or hinder concrete or reinforcement placement. Electric are welding shall, preferably, be used. Tolerance for Cover. Unless specified otherwise, actual concrete cover should not deviate from the required /specified nominal cover by + 10 mm Measurements: All reinforcement shall be bent cold. Unless otherwise directed, reinforcement shall not be spliced at points of maximum stresses. Engineer in charge shall be informed of the same before such splicing is taken up. Laps and splicing shall conform to the latest Indian Standards. Reinforcement shall be accurately tied at all intersections and laps with 16 SWG soft drawn binding wire, such that the reinforcement will give a rigid structure. Binding wire will not be measured or accounted for separately. The contractor s rate for reinforcement will be measured and paid for according to bending lists without allowances for cutting, wastage, binding wire etc. authorised laps, hooks, chairs, spacers etc. shall however be accounted for in case, the contractor or engineer desires to resort to welding or swivel nuts, there shall however be made as if the laps have been provided and no extra claim whatsoever shall be admissible on this account Reinforcement shall be assembled in place with proper concrete cover blocks to suite various covers as required. 85

86 All measurements shall be as given below or where not given as per latest IS : Concrete will be compensated for according to its actual volume. The computation will be based upon the construction plans only and no site measurements shall be taken for this purpose. All incidental work stated in the Technical specifications and also dewatering at the time of concreting are deemed to have been included for in the unit prices quoted by the contractor. Opening with an area larger than 0.1sqm shall be deducted from concrete quantity and where openings are smaller, these shall not be deducted. Form work will be measured and paid for according to their contact area. The unit prices of the forms incorporates all scaffolds, nails, clamps, and all incidental work. Openings with an area larger than 2m 2 shall be deducted from work quantities and the form work required for sides of such openings shall be paid for. Openings of less than 1 m 2 area shall not be deducted from work quantities and no allowance for from work for sides of such openings shall be made. Reinforcement steel will be compensated for according to the approved bending lists without allowances for cutting, rolling margin and waste. Binding wire, cover blocks etc. will not be measured or paid for separately. The contractor shall prepare the Bar Bending Schedules and incorporate the same on the reinforcement drawings as directed and submit it to engineer in charge for approval. All openings and inserts which are indicated in drawings and as per requirements for services shall be provided at exact positions and no payments shall be made for providing or fixing these. Only such openings or inserts which have not been indicated earlier or such additional openings / inserts required specially due to changes made by engineer in charge shall be paid for. Excepting for the above, all other measurements shall be as per stipulations under the latest Indian Standards Mode of Measurements for Building works. Information on cement concrete Sl. No. Information Item No.1 of BOQ Item No.4 of BOQ Item No.5 of BOQ Item No.6 BOQ of Item No.22 of BOQ 1. Type of Mix (Design mix or nominal mix) Design Mix Design mix Design mix Design mix Nominal mix 2. Grade designation M30 M15 M20 M30 M20 3. Type of cement Slag cement (I.S : 455 ) Slag cement (I.S : 455) Slag cement (I.S : 455 ) Slag cement (I.S : 455 ) Slag cement (I.S : 455 ) 86

87 4. Maximum nominal size of aggregates (mm) 5. Minimum cement content(kg) / m 3 of cement (for design mix content) 6. Maximum water cement ratio ( for design mix concrete) 7. Maximum quantity of water for 50 Kg. Of cement (Nominal mix) Workability (slump in mm) 100 to 150 (water-free unlined holes) 150 to 200 (for concreting by tremie) 75 to Exposure condition Severe Severe Severe Severe Severe 1.4 Under reamed Piles : Latest I.S. specifications to be followed for execution of the items are (1) I.S (Part III & part IV). revised, (2) I.S. 455 (3) I.S.-1489, (4) I.S. -456, (5) I.S. 383, (6) I.S & (7) I.S General: At the time of filling his tender, the contractor shall visit and inspect existing site to examine the nature of ground, type of soil levels etc. No claim or allowance what so ever shall be admissible on this account or on account of omissions in the levels or the description of the ground turning out to be different from what was shown on the drawings Setting out: The contractor shall locate and layout all the piles at his own cost or as per drawings and approval of the Engineer in charge. If at any time during the progress of the work any error shall appear or arise in the position, levels, divergence & alignment of any part of the work, the contractor on being required to do so by the engineer in charge shall at his own cost rectify such errors to the satisfaction of the engineer in charge unless such error is based on incomplete data supplied to the contractor. The contractor shall carefully protect all bench marks. Pillars, sight rails, pegs and other things used tin setting out Material: i. Concrete: The concrete for piling work shall be controlled as per specifications for the cement concrete and of grade specified on the drawings. 87

88 ii. iii. Reinforcement: The reinforcement for piling work shall be as per specifications for the cement concrete and of grade specified on the drawings. Bentonite : Bentonite as brought to the site and prior to mixing shall be in accordance with the following specifications : (a) a certificate is to be obtained by the contractor from manufacture of the bentonite powder stating the manufacturer s consignment and the properties of consignment as determined by the manufacturer. The certificate shall be made available to the engineer in charge on request. (b) The bentonite powder shall be mixed thoroughly with clean fresh water. The percentage of bentonite used to make the suspension shall be such as to maintain the stability of the excavation trench / bore. (c ) Control tests are to be carried out on the bentonite suspension using suitable apparatus to determine. A. The density B. The viscosity C. The shear strength D. The PH value of the freshly mixed bentonite These tests shall be carried out initially until consistent working pattern has been established. 1. When the tests show consistent behaviour some or all tests maybe discontinued at the discretion of the engineer in charge. 2. Prior to placing concrete the contractor shall ensure that contaminated bentonite suspension has not accumulated in the bottom of the trench to impair the free flow of concrete. The contractor shall state the method of testing checking this item along with the tender and obtain approval of the engineer in charge prior to commencement of the work. 3. The temperature of the water used in mixing bentonite suspension and of the suspension and of the suspension supplied to the trench excavation shall not be less than 5 deg. Centigrade. 4. During construction the level of the bentonite suspension in the trench shall be maintained within the depth of the guide walls and at a level not less than 1.0 m. above the level of external standing water if any. 5. In the event of the sudden loss of bentonite suspension, the trench shall be backfilled without delay and the instruction of the engineer-in-charge shall be obtained on further course of action. 6. Where saline or chemically contaminated water is encountered, special measures shall be taken as desired by the Engineer-in-charge. 88

89 7. All reasonable steps shall be taken to prevent the spillage of bentonite suspension on the site away from the immediate vicinity of the wall. Discarded bentonite and suspension, which has been pumped from the trench, shall be immediately removed from the site Piling System. i. These specifications cover only bored cast-in-situ under reamed piles. ii. iii. iv. Termination levels of piles shall be as shown on the drawings or as decided by the engineer-in-charge during the progress of construction keeping in view the initial test result. In order to satisfy himself about the adequacy of the proposed length and anticipated safe load carrying capacity of the piles the contractor shall examine the soil data available with the engineer-in-charge. A pile capacity assumed by the contractor in his quotation whether it is the one that is given in the drawing or is the one computed by him will be guaranteed by him. v. The assumed safe carrying capacity of the piles shall confirm to relevant I.S. specification for working piles. vi. vii. If the interpretation of load test indicates that the safe bearing capacity of the piles is less than the assumed and guaranteed by the contractor additional piles will be provided by the contractor at his own cost. The contractor shall guarantee safe bearing capacity of all piles Under Reamed Piles: i. Under reamed piles shall generally be in accordance with the relevant provisions of IS ii. iii. The diameter of the under reamed bulb shall be 2.5 times the diameter of the pile stem. Unless shown the center to center spacing to the piles shall not be less than twice the diameter of the bulb. iv. The piles shall be designed to carry compressive as well as up lift forces due to ground water head. v. The theoretical calculation of the load carry capacity and the uplift or anchorage capacity of the piles based on the soil conditions shall be submitted to the Engineer-in-charge. vi. vii. viii. Effect of grouping the piles shall be considered in the design calculations. The Engineer-in-charge reserves the full right of demanding modification or complete revision of design calculations submitted by the contractor. The Engineer-in-charge reserves the full right to adjust the bearing capacity of the piles depending on the performance of test loading Construction of Techniques: 89

90 i. Safety of existing structure: The contractor shall take every precaution to avoid damage to the existing structures in the vicinity as a result of construction of pile foundations. All claims arising out of damage to the existing structure due to the construction of piles shall be done by contractor. ii. Bore holes: Boreholes shall be made by any standard method. The contractor will submit along with the tender a description of the equipment and of the method of the boring he proposes to use for checking and approval by the Engineer-in-charge. iii. If high water table is encountered causing possible instability of the bores, boring and under reaming shall be carried out using a suitable fluid such as betonies slurry. In addition normal spiral or modified augers having arrangements to avoid back suction shall be used Placing of Concrete: i. The boreholes shall be cleaned of all soil cuttings and sediments before placing concrete. ii. Concrete shall be placed through a funnel so as to fill the entire volume of borehole without formation of voids. Mechanical vibrators shall not be used. iii. Under water concreting shall be carried out by displacement method and a termite pipe of diameter of not less than 15 cm having suitable protective arrangement at the lower end may be used. iv. The minimum pile stem diameter for under water concreting shall be 25 cm. v. The volume of concrete placed shall be observed in the case of first few lines. The average figure thus obtained shall be used to check possible undue variations in the volume in the subsequent piles. In case of significant variations, the contractor shall investigate the possible causes to the complete satisfaction of the Engineer-in-charge whose decision in this regard will be final and binding on the contractor. vi. When using the bentonite slurry technique utmost care shall be taken to avoid mixing of slurry with concrete. In any case the method of concreting shall be subject to the approval of the Engineer-in-charge Finish Pile Heads: i. The top of the piles shall be brought up above the specified cut off level by at least 30cm. To permit all the laitance and weak concrete to be removed and to ensure that the pile can be properly keyed into the pile cap by a minimum of 5 cm. This additional concrete shall not however be paid extra. ii. The reinforcement in the pile shall be exposed for a length of at least 50 times the diameter of the Tord steel used or as specified in the drawings beyond the theoretical point of cut off of the pile to permit to be adequately bended into the pile cap Control of Alignment and Tolerances: i. Errors in setting out shall not exceed 12mm, measured horizontally from the center of the piles. 90

91 ii. If the piles are not found to be in the exact position or out of plumb by more than 1% or if they are found to be skew or defective in any other manner, they shall be rejected and the decision of the Engineer-in-charge will be final and binding in this regard Defective Piles: i. The Engineer-in-charge will have full authority to reject any pile at the time of chipping of excess concrete to bring the level of the pile head to the cut off level, in case it is found that, a. Diameter of the pile at the cut off level is smaller than the diameter specified. b. Location of the pile is outside the limitations prescribed in these specifications. c. Concrete at the cut off level is of poor quality or is of less strength than had been specified. d. Diameter of bars, spacing, shapes or lengths of piles reinforcement do not conform to details given in the drawings or the reinforcement cage is disfigured, distorted, displaced or other wise damaged in any manner. e. Anchorage length of the reinforcement bars at the cut of level is inadequate. ii. The contractor shall make good the piles, pull out the piles or provide new piles in place of the rejected piles at his own cost and without any additional cost to the client even if the pile had been accepted at the time of boring. The final acceptance of all piles shall be made after the pile head has been brought to the cut off level, all reinforcement required to be embodied in pile cap exposed and after all measurement have been completed vis a vis the layout of the piles Load Tests: i. Testing Procedure: The contractor, along with his tender, shall submit a description of his procedure for carrying out load tests. The engineer-in-charge reserves the full right to demand a modification of the test procedure proposed by the contractor at no extra cost. iv. ii. iii. Number of Initial test Piles: To determine the safe load of a pile or group of piles the cyclone shelter as per IS 2911 (Part IV). No payment shall be made for initial test piles and it s testing. The contractor should include in his rate his expenditure towards initial load test piles and initial load testing. Routine Load test: Routine test shall be conducted on 2% of the total number of piles, for which the contractor will be paid as per relevant items in the BOQ. Equipment: The contractor shall provide all necessary equipment for applying specified vertical load on the top of the test pile and for measuring the settlement of the pile. v. Loading device: the device for giving the vertical load shall be of suitable design to avoid impact, lateral forces, tilting etc. and shall have an arrangement for gradual application of load and for readings at close intervals. The load shall be in the form of suitable Kent ledge. 91

92 vi. vii. viii. ix. Apparatus for measuring settlement: The apparatus for measuring settlement shall consist of a dial gauge permitting a reading of 0.02 mm accuracy. The dial gauges shall be fixed to the datum bar whose ends rest upon non-movable supports. The supports for datum bar with reference to which the settlement of the pile would be measured shall be at least 5 d away, clear from piles, d being the diameter of the piles. Loading procedure: the head of the pile shall be at the cut off level and shall be capped in such a manner as to prepare a horizontal place bearing surface. The maximum test load shall be twice the anticipated working load on the pile Alternative loading and un loading shall be carried out for 25, 50, 75, 100, 125, 150, 175, 200 percent of the anticipated safe test load. Settlement and time shall be recorded in the beginning and end of loading and also for at least 2 hours after completion of each loading and unloading. Sustained loading: The maximum test load of twice the anticipated working load on the pile shall be applied in increments of 25, 50, 75, 100, 125, 150, 175, and 200 per cent of the anticipated working load. Settlement reading shall be taken to the accuracy of 0.02 mm before and after the application of each new load increment. Additional load shall not be applied until the rate of settlement under the previous increments is less than 0.02 mm per hour or 2 hours have elapsed which ever occurs first. When loading has been completed, the full test load shall remain on the pile for 24 hours or for a longer period if the necessity is there or if indicated by the rate of the settlement of the pile and settlement reading shall be taken during and at the end of the period. During the unloading of the pile, the rebound shall be measured when the load remaining on the pile amount to 75, 50, 25 and 0% of the full test load with decrements of load released at not less than half hour intervals and with measurements of the rebound being released at not less than half hour intervals and with measurements of the rebound being made immediately before and after each decrement. The final rebound shall be recorded 24 hours after the entire test load has been removed. Reports: The contractor shall submit the report of the load test, which shall include the following information. a) A description of the soil condition at the location of each test pile. b) A description of the pile and its boring record including boring time, rate, types of soil strata encountered and the stability of the sides, density of the bentonies used and any other relevant data. c) A tabulation of the loads and settlement readings during the loading and unloading of the pile. d) Time load settlement curves. e) Remarks concerning unusual occurrences if any during boring or loading of piles Basis of measurement: 92

93 i. The length of the pile shall be measured from the theoretical cur-off point of the pile to its termination level. ii. iii. iv. The length of the empty boring will be measured from the top of existing ground level at the time of starting of the particular pile to top of the theoretical point if cut off of the particular pile. The rate for the piles shall include the boring concreting with slump as per IS specifications complete in all respects in respective of the construction technique used unless otherwise specified in the schedule of quantities. The rate for load testing shall include the cost of all different operations involved like arrangements of the equipment including all Kent ledge, or dial gauge as well as preparation and furnishing of reports complete in all respect. v. The payment for the routine test pile or group of piles shall be made to the contractor only when the test is found to be satisfactory. For tests, which are found to be unsatisfactory, or which are not completed due to any reason whatsoever, no payment shall be made to the contractor Interpretation of test results: i. All test results and piling records shall be submitted to the engineer-in-charge in duplicate for his confirmation. ii. Test results shall generally be interpreted is per relevant Indian Standard Code of practice. The engineer-in-charge may refer the test results to the consultants for their opinion and decision. 1.5 MASONRY Materials: i. Brick: ii. Sand (a) All bricks shall be table moulded, burnt bricks of required class & quality. They shall be hard sound and well burnt with sharp edges and of uniform sizes & shapes. Bricks shall be a neither under burnt nor over burnt and shall be free from cracks, stone floats, or other such defects. (b) When immersed in water for 24 hours, a brick shall not absorb more water than 20% of its dry weight. All bricks shall be identical / equal to samples submitted and approved by Engineerin-charge before the commencement of the work. Crushing strength of the class bricks shall not be less than 75kg. / cm2. Metallic sound of brick is also a criteria for the above class and quality. IS gradation of sand for masonry and plastering work should be as follows: The sand shall be well graded so as to impart good workability and good finishing. The gradation requirement of sand shall be as follows: 93

94 1. Sand for masonry work( As per IS 2116) Sl. No. IS Sieve size Percentage of passing by weight mm mm mm microns microns microns Sand for Plastering (As per IS 1542) Sl. No. IS Sieve size Percentage of passing by weight mm mm mm mm microns microns microns 0-50 iii. Cement: As described under clause of technical specification iv. Additives : Samples: Additives, like integral water proofing compounds, shall be of the approved type from reputed manufacturers. These shall be used strictly in accordance with the manufacture s instructions/ specifications. The additives shall confirm to IS When demanded by engineer-in-charge, the contractor shall produce samples of materials / carryout samples of work for Engineer-in-charge. All materials used as also works carried out 94

95 shall conform to the quality of approved samples Production of these samples shall be at contractors cost Brick masonry: Brick shall be soaked in clear water for at least six hours in a vat before use. The average water absorption of brick after immersion in water shall not be more than 20 % by weight. Bricks shall be laid in English bond unless specified otherwise. No half or quarter brick shall be used except as closures. Bricks shall be accurately raised to plumb. Brick work shall be raised uniform all round and no part shall be raised more than 1 meter above another at any time. And the work shall be properly toothed and racked back. In case of 12.5 cm thick brick walls, hoop iron reinforcement 25mm x 12 to 16 gauge or wire netting reinforcement shall be provided in every fourth course. The reinforcement shall be properly bedded in mortar, properly lagged etc. all as directed. The contractor will have to build in holdfast and such other fittings in brick work without extra cost. Joints in brick work shall not be more than 10 mm thick. Brick work shall not be raised more than 10 to 12 courses a day. The work shall be kept watered thrice a day for 10 days and afterwards twice a day for 3 weeks. All joints shall be thoroughly flushed with mortar at every course. Care shall be taken to see that bricks are properly bedded and all vertical joints completely filled to the full depth. The joining of brick work shall be hauled out to a depth not less than 10 mm as the work proceeds. The surface of brick work shall be cleaned down and watered properly before the mortar sets. Construction joints are to be provided at an interval of 30m in case of boundary wall or where the length of brick wall is long. The contractor shall also make or leave holes recesses as required and fill in the same at a later date with lean concrete of m.5 as directed with no extra cost. FALG bricks of proper size & quality as approved by engineer-in-charge can be used in walls in place of clay bricks. Hollow concrete blocks of approved size, strength& quality can also be allowed to be used in masonry as approved by engineer-in-charge at site in place of clay bricks Measurements: i. General All the rates quoted by the contactor shall be for a fully finished item of work and shall include for all material, labour, miscellaneous works like storage, loading / unloading, scaffolding, hoisting gear etc. and also all taxes, duties, overhead, profits, etc. ii. Masonry Accounts on masonry shall be settled on the basis of cubic meters or square meters as indicated in the bill of quantities. Quantities will be decided on the basis of pertinent plants. Openings and 95

96 recesses which exceeds 0.10 cum will be deducted from the quantities. Openings left initially on specific instructions or as required shall be closed at a later date, if so instructed by Engineer-incharge, at no extra cost. Similarly, all openings, recesses, grooves etc, shall be provided at no extra cost. All materials supplied by clients shall be fixed in masonry free of charge. 1.6 CEMENT PLASTERING (Internal & External): The cement plaster shall be 8 mm, 12mm or 20mm or any thickness as specified in the item. i. Scaffolding: For all exposed brick work or tile work, double scaffolding having two sets of vertical supports shall be provided. The supports shall be sound and strong, tied together with horizontal pieces over which scaffolding planks shall be fixed. For all other brick work in buildings, single scaffolding shall be permitted. In such cases the inner end of the horizontal scaffolding pole shall rest in a hole provided only in the header course for the purpose. Only one header for each pole shall be left out. Such holes for scaffolding shall, however, not be allowed in pillars / columns less than one meter width or immediately near the skew portion of arches. The holes left in masonry works for scaffolding purposes shall be filled with lean concrete and made good before plastering. ii. Preparation of surface: The joints shall be raked out properly. Dust and loose mortar shall be brushed out. Efflorescence if any shall be removed by brushing and scarping. The surface shall then the thoroughly washed with water, cleaned and kept wet before plastering is commenced. In case of concrete surface if a chemical retarder has been applied to the formwork, the surface shall be roughened by wire brushing and all the resulting dust and loose particles cleaned off and care shall be taken that none of the retarders is left on the surface. iii. Application of Plaster: Ceiling plaster shall be completed before commencement of wall plaster. Plastering shall be started from the top and worked down towards the floor. All scaffolding pole holes shall be properly filled in advance of plastering as the scaffolding is being taken down. To ensure even thickness and true surface, plaster about 15 cm x 15 cm shall be first applied, horizontally and vertically at not more than 2m. intervals over the entire surface to serve as gauges. The surfaces of these gauged areas shall be truly on the plane of the finished plaster surface. The mortar shall then be laid on the wall, between the gauges with trowel. The mortar shall be applied in a uniform surface slightly more than the specified thickness. This shall be beaten with thin strips of bamboo about 1 meter long to ensure thorough filling of the joints, and then brought to a true surface, by working a wooden straight edge reaching across the gauges, with small upward and side ways movements at a time. Primarily the surface shall be finished off true with trowel or wooden float according as a smooth or a sandy granular texture is required. Excessive trowel in or over working the float shall be avoided. During this process, a solution of like putty shall be applied on the surface to make the later workable. 96

97 All corners, angles and junctions shall be truly vertical or horizontal as the case may be and shall be carefully finished. Rounding or chamfering corners, junctions etc. where required shall be done with out any extra payment. Such rounding or chamfering shall be carried out with proper templates to the sizes required. In suspending work at the end of the day, the plasters shall be left out clean to line both horizontally and vertically, when recommencing the plastering, the edge of the old work shall be scraped cleaned and wetted with lime putty before plaster is applied to the adjacent areas, to enable the two to properly joint together. Plastering work shall be closed at the end of the day on the body of wall and not nearer than 15 cm to any corners. Its shall not be closed on the body of the features such as plasters bands and cornices nor at the corners. Horizontal joints in plasterwork shall not also occur on the parapet tops and copings as these invariable lead to leakage. No portion of the surface shall be left out initially to be patched up later on. Finish: iv. Thickness: The plaster shall be finished to a true and plumb surface and to the proper degree of smoothness as required. The works shall be tested frequently as the work proceeds with a true straight edge not less than 2.5.m long and with plumb bobs. All horizontal lines and surfaces shall be tested with a level and all jambs with a plumb bob as the work proceeds. The thickness of the plaster specified shall be measured exclusive of the thickness of the key i.e. grooves or open joints in brickwork. The average thickness of plaster shall not be less than the specified thickness. The minimum thickness of any portion of the surface shall not be less than the specified thickness by more than 3mm. The average thickness should be regulated at the time of plastering by keeping suitable thickness of the gauges. Extra thickness required in dubbing behind rounding of corners at junctions of wall or in plastering of masonry cornices etc. will be ignored. Curing shall be started 24 hrs after finishing the plaster. The plaster shall be kept wet for a period of 7 days. During this period it shall be suitably protected from all damages at the contractor s expense by such means as the engineer may approve. The dates on which plastering is done shall be legibly marked on the various section plastered so that curing for the specified period thereafter can be watched. Any cracks which appear in the surface and all portions, which sounds hollow when tapped or are found to be soft or other wise defective, shall be cut out in rectangular shape and re done as directed by the Engineer-in-charge. 1.7 CEMENT PLASTER WITH A FLOATING COAT OF NEAT CEMENT: The cement plaster shall be 8mm, 12mm or 20mm 16 mm thick, finished with a floating coat of neat cement, as described in the item. When the plaster has been brought to a true surface with the wooden straight edge, It shall be uniformly treated over its entire area with a paste of neat cement and rubbed smooth, so 97

98 that the whole surface is covered with neat cement slurry 1.5mm thick while the plaster surface is still fresh. Smooth finishing shall be completed with trowel immediately and in no case later than half an hour adding water to the plaster mix. 2. TECHNICAL SPECIFICATION FOR SANITARY & PLUMBING WORKS Not Required. 3. TECHNICAL SPECIFICATION FOR ELECTRICAL INSTALLATION WORK UNDER ICZMP-,ORISSA 3.1 General Requirements The installations shall generally be carried out in conformity with the requirements of Indian Electricity Act, 1910 as amended up to date and Indian Electricity Rules, 1956 framed there under, the relevant regulations of the Electric Supply Authority concerned and also with the specifications laid down in the Indian Standard IS:732/1963 "Code of Practice (Revised) for Electrical Wiring Installations (System Voltage not exceeding 650V)". The work shall be executed as per National Electrical Code and if any item is not covered there under or there is any doubt, the specification approved by the Engineer-in-charge will be final and binding Ambient Conditions All Electrical installations and equipments shall be suitable to work in following ambient conditions. Maximum Temperature : 50 degree Celsius Relative Humidity : 100% In the vicinity of :, Orissa. System Conditions The Electrical installations and equipments shall be suitable for operation in following system conditions. Supply voltage : 415 Volts +/-10% Supply frequency : 50Hz +/-5% Number of Phases : Three Scope Materials:- All materials, fittings, appliances used in electrical installations shall confirm to Indian Standard Specifications wherever these exist. A list of approved materials is attached in annexure-i. Materials not included in the list as well as any particular make should be approved by the Consultant or 98

99 Engineer-in-charge before use. All required materials covered under this specification except mentioned otherwise clearly, shall be supplied and installed by the contractor complete in all respect. The materials and accessories required for completing the work will form part of the work although they have not been specified separately. Selection of materials and installation work shall be such as to simplify operation, inspection, maintenance and testing. The work shall include all reasonable precautions and provisions for safety of operation and maintenance personnel Standard:- (a) (b) (c) (d) (e) (f) Unless otherwise specified, all materials covered under this specification shall be designed, manufactured, tested and installed in conformity with the latest Indian Standard Specifications. In case such Indian Standard Specifications are not published equivalent British Standard Specifications shall be followed. All equipments shall confirm to latest Indian Electricity Rules, PWD and Local/State laws or byelaws as regards to safety, earthing and other essential provisions specified therein. All equipments and materials selected shall also be supplied and installed taking into consideration the Factories Act, Fire Regulations and Local laws or byelaws. All light fittings and equipments selected shall be of well tied out design. All materials used in the assembly of fittings and their accessories shall be of high quality and manufactured in accordance with the best modern practice. All the materials supplied by the contractor according to the contract conditions will be subject to inspection and approval by the Consultant or/and Engineer-in-charge or their authorised representative from time to time. The contractor shall extend all required facilities for such inspection free of cost. At the time of inspection, the inspecting officer shall have full liberty to reject any such material, which does not confirm to specifications or the requirements. No claim for any rejected materials shall be entertained by the owner. The contractor shall remove all rejected materials from the site at his own cost. No surplus material procured by the contractor will be accepted by the owner. The contractor will be responsible to get electrical installations inspected by the Electrical Inspector of the State Government and to obtain the statutory clearance for energisation. The owner, on production of documentary evidences, will reimburse the necessary inspection fees. The contractor should possess valid electrical contract licence and labour licence issued by the appropriate statutory authority of the State Government during the execution of the contract Inspection and Approval The contractor shall put up samples of all major items for inspection and testing by the Consultant and/or Engineer-in-charge for which the contractor shall furnish minimum 10 days clear notice in advance to enable them to depute their Inspecting Officer. Similar procedure shall be adopted for the approval of s 99

100 Samples of minor materials/ accessories to be used for the work GENERAL TECHNICAL SPECIFICATION OF MATERIALS Switches & Plug Sockets:- All switches, 5A plug sockets, power plug sockets, TV sockets and Telephone sockets shall be flush mounting type with ISI mark of approved make. The switches and plug sockets shall confirm to IS:3854/1988, IS:1293/1988, IS:6538/1971 & IS:4615/ Fan Regulators & Dimmers:- Electronic type fan regulators and light dimmers of approved make shall generally be used and shall be of flush mounting type Wires:- The wires used for internal electrical wiring shall be of single core PVC insulated sheathed/ unsheathed 1100V grade stranded copper/ aluminium conductor wires (suitably colour coded to distinguish different phases and neutral) of approved make with ISI mark. The wires shall confirm to IS:694 (Part-I & Part-II)/1964. The minimum cross sectional area of conductors for the different uses shall be as specified below. (a) Lighting point wiring : 1.5sqmm Copper or 2.5sqmm Aluminium. (b) Power point wiring : 2.5sqmm Copper or 4.0sqmm Aluminium. (c) HPSV/HPMV Luminaries : 2.5sqmm Copper or 4.0sqmm Aluminium. (d) Circuit wiring : 2.5sqmm Copper or 4.0sqmm Aluminium. (e) Sub-main wiring : 4.0sqmm copper or 6.0sqmm Aluminium Non-Metallic Conduit and Accessories:- All non-metallic conduits shall confirm to IS:2509/1963 and their accessories to IS:3419/1965. The conduits may be either threaded type or plain type and shall be used with the corresponding accessories Switch Boxes:- Metal boxes for switchboards shall be made of GI. sheet and round junction boxes shall be made of cast iron. The minimum wall thickness of GI. boxes shall be 1.5mm (16swg) and cast iron boxes shall be 3mm. Fan hook boxes shall be made of m.s./gi sheet of 1.5mm wall thickness with a 10mm round steel hook inside. The size of the fan hook box shall be 150mm dia and 65mm high. All GI boxes shall have not less than 4 screwed holes for fixing the top cover and a earthing stud. All metal boxes shall be provided with a cover of phenolic laminated sheet (Bakelite sheet), not less than 3mm thick fastened to the box with brass screws and cup washers. The covers should have a minimum overlap of 12.5mm on all sides of the box for concealed wiring. The boxes shall be painted both inside and outside in case of m.s., with two coats of anticorrosive primer and two coats of 100

101 enamelled paint of approved shade. Adequate numbers of half punched holes shall be provided for conduit entry. The following sizes of GI boards shall normally be used unless otherwise specified. Switch board size Length Breadth Height 100mm 100mm 50mm 100mm 100mm 65mm 150mm 100mm 65mm 200mm 150mm 65mm 250mm 200mm 65mm 300mm 250mm 65mm 450mm 300mm 65mm Angle/ Batten/ Pendant Holder & Ceiling Rose:- Brass or Bakelite type 5A, 250V, Angle Holders, Batten Holders, Pendant Holders & three way ceiling rose confirming to IS:732(Part-2)/1982 & IS:371/1979 of approved make and design with ISI mark shall be used Distribution Boards:- All the L.T. Distribution Boards shall be suitable for operation in 3 phase/ single phase, 415/240 Volts, 50Hz, neutral grounded at transformer system and a short circuit level of not less than 35MVA at 415 Volts. All Distribution Boards shall generally confirm to all relevant Indian Standards amended up to date. Distribution boards shall be of wall/ floor mounting type and totally enclosed having hinged doors, dust, damp and vermin proof construction. These should be made out of CRCA sheet steel and the enclosure should be acid treated for rust proofing, thoroughly cleaned, painted with two coats of anticorrosive primer and two coats of white enamel paint for interior and industrial grey enamel paint for exterior. All doors and covers shall be fully gasketed with neoprene PVC strips and shall be lockable. All the hinged doors shall be effectively earthed with flexible copper wires. Cadmium plated fixing screws shall enter holes tapped into an adequate thickness of metal or provided with hank nuts. Self-threading screws shall not be used. 101

102 The distribution boards shall be of adequate size with a provision of 25% spare space to accommodate possible future additional switch-gears. Knock out holes of appropriate sizes and number shall be provided on detachable plates in the board in conformity with the location of incoming and outgoing cables/ conduits. The switches shall be so arranged that fuses are not alive when the switch is in OFF position. No apparatus shall project beyond and edge of the panel. No switch body shall be mounted within 25mm of any edge of the panel and no holes, either than meant for fixing the panel shall be drilled within 13mm of the edge of the panel. The various live parts shall be effectively screened by barriers of non-hygroscopic, non-inflammable insulating materials or shall be so spaced that an arc can be maintained between such parts and earth. All items of switch-gears shall be readily accessible and all connections, including those to instruments and apparatus, be easily traceable. The busbars and interconnections shall be of electrolytic annealed copper/ high conductivity electrolytic wrought aluminium of rectangular cross section suitable for carrying full load current for phases & neutral busbars and shall be extensible on either side. The maximum current density shall be 1.00 Amp/sqmm for Aluminium and 1.25 Amp/sqmm for copper busbars. The busbars shall be supported on SMC/ DCM/ Glass fibre reinforced polyester, non-breakable non-hygroscopic insulators at regular intervals to withstand the forces arising from short circuit in the system. All busbars shall be provided in a separate chamber and properly ventilated. The minimum clearance between the phases shall be 25mm and between phase and earth shall be 20mm. The interconnection between busbars and switchgears of rating above 63A shall be through strips having 125% of the switch-gear current rating. All busbars shall be suitably insulated by means of heat resistant PVC sleeves or PVC insulating tapes and colour coded in phase sequence of R-Y-B & N. The entire busbar shall be covered on the front with a Bakelite sheet barrier. In longer sections of busbars, provision shall be made for thermal expansion by providing flexible joints made out of multifoil thin copper/ aluminium foils. All joints shall be of clamped type as far as possible else of bolted construction with double cover fish-plates. All connections between pieces of apparatus or between apparatus and terminal on a board shall be neatly arranged in a definite sequence, following arrangements of the apparatus mounted there on, avoiding unnecessary crossings. Wire interconnections shall be colour coded and connected to terminals only by soldered lugs, crimped lugs without cutting away the strands. No interconnecting wires shall come in contact with the live busbars other than the terminal points. The arrangement of busbars shall confirm to IS:375/1963. An enamelled danger notice plate shall be provided on the boards connected to medium voltage supply & above. Adequate space shall be provided for accommodating various instruments. These shall be accessible for testing and maintenance without any accidental contact with live parts of circuit breakers, switch-gears, busbars and interconnections. The indicating lamps shall be provided with individual switch and fuses. The voltmeters shall be provided with fuses for each phase. The control wires shall be of 2.5sqmm copper for CT circuits and 1.5sqmm copper for the rest. The control wires shall be neatly bunched together inside PVC trunking securely fasten to the compartment properly marked with ferrules at the end. A separate tamper proof compartment with locking arrangements as per the requirements of the supply authority shall be provided for housing of the energy meters. 102

103 (a) Branch Distribution Boards (BDB):- The branch distribution boards shall be surface mounted or concealed type and made out of 1.6mm (16 swg) CRCA sheet steel. At least one number hexagonal earthing stud for single phase BDBs and two numbers earthing studs for three phase BDBs shall be provided. The components of the BDBs shall be mounted on a detachable 2mm thick CRCA sheet steel frame works for easy maintenance. The minimum size of wires to be used as interconnecting wires shall be 2.5 sqmm copper or 4.0 sqmm aluminium. Each outgoing circuit of the BDB shall be provided with a fuse/ MCB on the phase or live conductor. The earthed neutral conductor shall be connected to a common link and be capable of being disconnected individually for testing purpose. Door interlocking with MCBs shall be provided such that doors shall open only with MCBs in OFF position. All the live parts inside the BDB shall be covered with a Bakelite sheet with at least 3mm thick. (b) Main Distribution Boards and Sub Distribution Boards:- The Main Distribution Boards (MDB) and Sub Distribution Boards (SDB) shall be wall mounted or floor mounted type and made out of 2.0mm (14swg) CRCA sheet steel. In case of wall mounted boards the entire sheet steel enclosure shall be mounted on a m.s. angle frame work with adequate fixing arrangement for grouting. In case of floor mounted boards the enclosure shall be fixed to a m.s. angle framework with m.s. base channels. All the incoming and outgoing switch-gears and breaker other than MCBs shall be fixed in separate compartments. All switch-gears above 63A rating and breakers shall be provided with door interlocks so as to open only in OFF position. All MCCBs shall be provided with external operating handle. The ON, OFF, TRIP (where available), Rating marking and nomenclature plates shall be provided near operating handle. A continuous earth bus made out of Galvanised Iron or Aluminium strips of adequate size shall provided at the bottom of panel for the entire length. Arrangement shall be made at both the ends of earth bus for easy entry and termination of earthing lead from external earth installations. Cable compartments of adequate size shall be provided for easy termination of all incoming and outgoing cables entering from bottom or top. Proper cable supports shall be provided in cable compartments. All incoming and outgoing terminals shall be brought out to terminal blocks or to a extended rigid strip directly from the switch-gear/ breaker. Separate cable compartments shall be provided for incoming and outgoing cables. Ventilation arrangement in the form of finely divided wire mesh shall be provided at both sides towards the top Miniature Circuit Breaker (MCB):- The miniature circuit breakers of approved make shall be ISI marked and capable of withstanding minimum switching operations and fully automatic with provision of thermal and magnetic tripping arrangements. All MCBs shall be of minimum 9KA short circuit rating and confirm to IS:8828/1993 & BS: Changeover Switches:- The changeover switches shall be load break types having three distinct position of operation. The ON and OFF positions of the switch shall be clearly indicated. The door interlock with defeat 103

104 mechanism shall be provided for switch units confirming IS:8623/1977. The changeover switches shall confirm to IS:4064/1978 and IEC:408 and bear ISI mark Rewireable Fuses The re-wireable fuses (Kitkat) shall be semi-enclosed type consisting of a re-wireable fuse carrier and fuse base and shall be made out of either porcelain or Bakelite. The breaking capacity of these fuses shall be 4000 Amp on 400 Volt. These shall bear ISI mark Energy Meters (KWH Meter) The Energy Meters (KWH meter) shall be either whole current or CT operated type. These shall be duly tested and calibrated by the supply authority prior to fixing and necessary test certificate shall be furnished LT Power Cables The LT power cables shall be of PVC insulated and PVC sheathed, 1100 Volt grade, single core or multi core, un-armoured or GI wire / strip armoured, stranded aluminium conductor cables of approved make and should bear ISI mark. The armoured cables shall confirm to IS:1554(Part- I)/1976 and un-armoured cables to IS:694/ Fluorescent Fittings The Fluorescent fittings shall be of the following type. (a) Box type fitting All Fluorescent fittings shall be of approved make and in general confirm to IS:1913/1969. These shall be complete with all standard accessories as per specification such as choke, capacitor, starter and lamp holder etc duly factory wired. Provision shall be extended to earth all the metallic part of the fixtures and all the detachable metal parts such as stove enamelled reflector of industrial fitting, metallic louver of mirror optic fitting etc shall be provided with loop earthing by flexible wire. The choke shall be copper wound and polyester filled. Powerfactor improvement capacitor shall be provided confirming to IS:7752(Part-I)/1975 and of such rating to improve the power factor to Incandescent Fittings The Incandescent fittings shall be of the following type. (a) (b) Ceiling flush type Bulk head type These shall be complete with all standard accessories as per specification and provision for earthling the metallic parts of the fitting Street Light Luminaries The street light luminaries shall be of the following types. (a) HPSV street light fitting 104

105 These shall be of approved make complete with all standard accessories as per specification such as ballast, capacitor, igniter, starter, lamp holder etc and shall have provision for earthling of all the metallic parts of the fitting. The luminaries shall in general conform to IS:10322 (Part-1 to Part-5) Ceiling Fans The a.c ceiling fans shall be of approved make & brand and suitable for operation on 230V 50Hz single-phase supply. The fans shall consist of all standard accessories such as 300mm long down rod, canopies, shackle, 3 or 4 fan blades, capacitors etc but excluding speed regulator. The fan motor shall be of permanent capacitor run totally enclosed with double ball bearing and the winding shall be made of super enameled copper wire with class-e insulation. These fans shall confirm to IS:374/1979 with amendment number 1, 2 & Exhaust Fans The exhaust fans shall be of approved make & brand and suitable for operation on single/ three phase 230/ 415V 50Hz supply. The fans shall consist of all standard accessories such as impeller blade, fixing frames, capacitors, anti vibration pads etc. The exhaust fan motor shall be of permanent capacitor run, continuous rated, totally enclosed with double ball bearing and the winding shall be made of super enamelled copper wire with class-a /class-e insulation. Sound level of the exhaust fans shall not exceed 60db for domestic application and 65db for industrial application. Gravity louver shutters made out of aluminium sheets with a steel frame/ wire guard shall be provided with these fans. These shall have IP:44 degree of protection. The exhaust fans shall bear ISI mark and confirm to IS: INSTALLATION Portions of Wiring 3.3.1a Point Wiring Point wiring shall consist of a switch on the board and wiring up to termination point via the control switch and neutral. These termination points can be : (a) (b) (c) (d) (e) A ceiling rose or connector in case of call bell or ceiling fan or exhaust fan point wiring. The wiring from ceiling rose or connector to ceiling fan or exhaust fan point shall be considered with the installation of fans. A ceiling rose in case of directly fixed type fluorescent fixtures, suspended pendants. A back plate in case of suspended type fluorescent fixtures, suspended or stiff pendants, wall brackets, bulk heads, spot light similar fittings. A lamp holder in case of angle or batten holders. A convenient wall plug in case of plug on board or separate board points. Wiring for light points and fan points shall be carried out with minimum 1.5 sqmm copper stranded conductor wire. For the purpose of measurement the points are classified as below wherever specified. 105

106 (a) Short points : Up to 3.0m long (b) Medium points : 3.0m to 6.0m long (c) Long points : 6.0m to 10.0m long (d) Special long points : Above 10.0m long (As specified) Where classification of points are not specified, the point wiring shall mean wiring to the all types points as described above irrespective of the length of the point. The wiring whether concealed or surface shall be easily accessible for inspection. Power and Heating sub-circuits shall be kept separate and distinct from lighting and fan sub-circuits. The balancing of circuits in three phase installations shall be arranged before hand. Circuits of different phases of a.c. system shall be kept minimum 2.0m apart or enclosed in earthed metal casing. Medium voltage wiring and associated apparatus shall comply, in all respect, with the requirements of rules 50, 51 and 61 of Indian Electricity Rules, The position of runs of wiring and the exact position of all points, switch boards, distribution boards shall be marked in the building for approval of Engineer-in-charge prior to execution. The wiring shall be carried out in looping back system in which the phaseconductor shall be looped at the switch box and that of neutral at the junction box and point terminals. In no case, joint shall be made bare or by twisting the conductors. Lights and fans may be wired on a common circuit. Such circuit shall not have more than a total of either 10 points or a load of 800 watts. For the purpose of determining load per circuit, the following rating for points shall be assumed. (a) Light points (Incandescent) : 60 watts (4' fluorescent tubes) : 40 watts (2' fluorescent tubes) : 20 watts (b) Ceiling fan points : 80 watts (c) Exhaust fan points : 80watts (d) 5Amp plug points : 100 watts (e) 15Amp plug points : 1000 watts Unless and otherwise specified, the following minimum mounting height of the bottom most part of the fittings and fixtures from finished floor level shall be maintained. 106

107 (a) Distribution Boards : metre (b) Switch board : metre (c) 5A & 15A plugs on separate board : metre (d) Ceiling fan : metre (e) Light fittings : metre (f) TV antenna and Telephone outlets : metre 3.3.1b Circuit Wiring Circuit wiring shall mean wiring from BDB/ SDB upto the junction boxes for switch boards containing 5A/15A switches and plugs. For the purpose of measurement, in case of multiple switch boards under one circuit, the circuit wiring shall mean the sum of the length of wiring from BDB/ SDB upto junction box of first switch board and junction box of first switch board to the junction box of next switch board and so on. The minimum size of conductor for circuit wiring shall be 2.5 sqmm copper or 4.0 sqmm aluminium. A circuit shall not contain more than 2 number power plugs. If not specified in point wiring to power plugs, the wiring to the same shall be treated as circuit wiring c Sub-main Wiring Sub-main wiring shall mean wiring from Main switch/ Meter board upto BDB/ SDB. The minimum size of wire shall be 4.0sqmm copper or 6.0sqmm COPPER. There shall be no jointing of wires as far as practicable. PVC ferrules shall be provided at both the ends of the wire for easy identification Types of Wiring 3.3.2a Concealed Non-metallic Conduit Wiring The concealed non-metallic conduit wiring shall be completed in the following three phases. (a) (b) (c) Conduit laying in roof before casting. Conduit laying in walls & fixing of switch board before plastering. Wire drawing inside conduit, fixing of switch, socket accessories, testing of installations complete. The size of conduit shall be so chosen that the wires provided inside shall not occupy more than 50% of the cross sectional area. The maximum permissible number of single core wires, which can be drawn inside non-metallic conduit, shall be as per the table given below. 107

108 Size of wire in mm 2 Size of conduit in mm (Maximum no. of wires permissible) Remarks mm mm mm mm mm mm mm mm mm mm A detail conduit route layout avoiding unnecessary crossing shall be prepared by the contractor and get it approved from Engineer-in-charge prior to laying of conduit in roof slab. The conduits and junction & fan hook boxes shall be rigidly tied to the reinforcement of the slab. Minimum 75mm x 75mm size sheet metal inspection cum pull box shall be provided within 5 metre run of conduit. Suitable type expansion joint fittings shall be provided along the conduit run crossing the expansion joint of the building. The junction boxes shall be provided 300mm off the centre for 4' long tube light fitting and 150mm off the centre for 2' long tube light fitting. Dummy or spare conduits shall be laid wherever required as per direction of Engineer-in-charge. The drops from the roof slab in walls and columns shall be made vertical as far as practicable. Horizontal run of conduit on brick or stone masonry walls shall be avoided. The conduit and the switch boards shall be fixed in the wall by cutting chase and neatly finished with plastering after fixing. All curves in the conduit pipe shall be made by bending pipe with a long radius which will permit easy drawing of conductors. The m.s. boxes shall be provided with temporary covers to safe guard against filling of cement mortar etc within the tendered cost. The wires shall be properly colour coded and carefully drawn inside the conduit through use of fish wire. All the metal boards shall be suitably earthed by earth continuity conductor. All Conductors shall be provided with cable sockets at termination points expect at switchboard looping 108

109 and joint boxes. Wires carrying current in a conduit shall be so bunched that the outgoing and the return wire are drawn into the same conduit. Wires of different phases from different circuits shall not run in one conduit. In three phase installation, plans shall be made for balancing of loads in all phases before commissioning Cable Laying & Installation The cables shall be of approved make and tested at factory in presence of Engineer-incharge or his authorised representative. The cables shall be despatched to the work site packed on wooden drums with both ends properly sealed. Jointing of the cables in between the terminal points shall be avoided as far as possible. For longer length of cable exceeding the normal length of manufacture, cables may be joined by means of jointing kits only. The cables shall be tested for insulation resistance by 500-volt insulation Megger for cables upto 1100 volt grade and by 2500 volt insulation Megger for cables beyond 1100V grade prior to laying of the same. Cable loops for future requirement shall be kept at both ends as per direction of the Engineer-in-charge. One number 6 swg G.I. wire in case of single phase 230V a.c. system and either 2 numbers 6 swg G.I. wire or 2 numbers suitable size G.I. flat in case of multi phase 400V or more a.c. system shall run all along the trench or tray with the cables as earth continuity conductor. The supply and laying of earth continuity conductor such as G.I. wire or flat has been considered separately in the schedule of quantity. Minimum bending radius for PVC insulated armoured cables shall be 1200mm. At joints and terminals, the individual cores of multi-core cable should never be bent so that radius of bending is less than 12 times the overall diameter of the cable. Wherever more than one cable shall exist, suitable marker tags inscribed with cable identification details shall be permanently attached to all cables in the man hole, pulpits, joints, open ducts, under ground cables etc at suitable intervals. The laying and installation of cable shall be carried out as per IS:1255/1983. The methods of cable laying shall be of following types depending upon the requirements. (a) (b) (c) (d) Laying directly under ground Laying inside ducts Laying on racks or trays in air Laying along building structural elements 3.3.3a Laying Directly Under Ground Cable trenches shall be excavated cutting all types of soil and rock upto a minimum depth of 750mm for L.T. cables & 1200mm for H.T. cables and of appropriate width (not less than 350mm) to accommodate the cables and cable protecting materials within the tendered rate. The sides and bottom of the trench shall be dressed and filled with 75mm thick layer of fine sand. The cables shall then be laid with bricks on both side of each cable continuously along the length. Space between the bricks shall be filled with fine sand upto 75mm above the top of the cable. The top layer bricks shall be placed side by side continuously as protective cover. The horizontal 109

110 distance between the adjacent cables shall be minimum 200mm. The clearance between the outer cable to the sides of the trench shall be at least 150mm. In case of multiple tiers, same procedure shall be applied keeping a vertical clearance of 300mm among the tiers and the top most layer shall be kept at a depth of 750mm for LT cables and 1200mm for H.T. cables from finished ground level. The trench shall then be filled up with the excavated materials free from stone or sharp edged debris and duly compacted. A crown of earth neither less than 50mm nor more than 100mm in the centre and tapering towards the sides of the trench shall be left to allow for subsidence. Cable route markers shall be installed at salient and strategically located points parallel to and 500mm or so away from the edge of the trench for easy identification of cable routes at a maximum interval of 10 metre for straight run. In locations such as road crossing, pipe line crossing, entry to buildings or poles in paved area etc, the cables shall be laid in pipes or closed ducts. Pipes provided for entry to building shall slope upward to prevent entry of water to the building. Stone ware, cast iron, NP-2 class RCC pipes or medium class M.S./G.I. pipe of appropriate diameter shall be laid during the construction to avoid damage later on. In case of stone ware pipes, a 100mm thick 1:3:6 cement concrete covering shall be provided. In case of cast iron or RCC pipes no concrete covering is required. The collars in case of RCC pipes shall be embedded by 1:2:4 cement concrete. Top surface of pipe shall be at a minimum depth of 1.0 metre. The minimum size of hume pipes shall not be less than 100mm in diameter for a single cable and not less than 150mm for multiple cables. The diameter of the cable protecting pipes shall be at least 1.5 times the outer diameter of the cable. In one pipe, single core cables shall not be laid individually but instead, all the three/four cables of the same system shall be laid b Laying along Building Structural Elements Cables can be routed inside the buildings along the structural elements such as walls, columns etc or inside trenches or hume pipes or G.I. pipes under floor. The cables shall be laid or fixed along the wall or column with the help of M.S./G.I. flat clamps or saddles with an interval not exceeding 0.5 metre. The cables inside brick masonry trenches shall be laid on racks or directly above the floor of the trench and the trench shall be covered with m.s. chequred plates. In case of laying inside hume pipes or G.I. pipes, man hole chamber with RCC cover shall be provided at suitable location for easy maintenance. The cables shall not intersect each other along its route Jointing of Cables The quality of joints shall be such that it does not add any resistance to the circuit. The materials and techniques employed for jointing should give adequate mechanical and electrical protection to the joints under all service conditions. The joints shall be resistant to all corrosion and chemical reactions. The following three basic types of cable joints shall be used. (a) Straight through joints 110

111 (b) (c) Tee or branch joints Termination or sealing joints Installation of Distribution Boards All main switch-gears shall be installed in dry situation as near as possible to the point of supply. The neutral wires shall be continuous except at the linked switch-gear. Main distribution boards shall be installed in well-ventilated rooms or cupboards accessible to only authorised persons or recessed having locking arrangement. The distribution boards shall not be installed in damp situations, in the vicinity of storage batteries, places exposed to chemical fumes or where inflammable or explosive dust, vapour or gas is likely to be present. These boards shall not be erected above gas stoves, sinks, in bath rooms, lavatories, toilets, kitchens, places exposed to weather or within 2.5 metre of a washing unit in the washing rooms and wash basins. Fixing of distribution boards in places likely to be exposed to weather, drip or abnormal moist atmosphere shall be avoided. Where it is unavoidable, out door distribution boards with outer casing on the switch boards shall be installed making it weather proof and shall be provided with gland or bushings or adapted to receive screwed conduit according to the manner in which cables are run. The indoor distribution boards shall be mounted concealed or semi-concealed or surface to the wall or on foundations above the floor. The panels shall be so mounted that it is accessible for fuse replacement and operation of switch-gears & breakers. The top most height of the panel shall not be more than 2 metre from the floor level. In case of Branch Distribution Boards shall generally be installed at a height of 2.13 metre from finished floor level. A minimum clearance of 1 metre shall be provided from the surface of door opening of the boards for maintenance. All distribution boards shall be marked lighting or power, voltage, number of phases of supply, circuit list, current rating of the circuit and rating of fuse element. All wiring and terminations shall be provided with cable lugs and neatly arranged. Adequate space shall be provided on bottom or top or back as required for easy cable and conduit entry. The cables shall be terminated at the distribution board with corresponding size of brass cable gland. The glands shall be fixed tightly to the panel without allowing any gap or opening on the hole. The armours of the cable shall be suitably earthed. For conduit entry, PVC couplings for non-metallic flexible conduit and brass coupling for G.I. flexible conduit shall be used. No holes shall be kept open on any side of distribution board. Distribution boards shall be earthed at two points from two separate & distinct earth electrodes in case of three phase boards and one point in case of single phase boards effectively by means of G.I. wire or flat as specified Installation of Fluorescent Fixtures The fluorescent fixtures shall be either directly fixed on walls or ceiling or suspended from ceiling of buildings. The contractor shall make proper marking for alignment and level of fitting as per the drawing prior to installation and get it approved from Engineer-in-charge. The contractor shall assemble and install the fittings as per the manufacturer's instructions. Connection from ceiling rose 111

112 or connector shall be done with 3 core 1.5 sqmm flexible copper cord. Each fitting shall be effectively earthed. For fixing the fitting directly on walls and ceiling, the same shall be fixed on two numbers seasoned wooden round blocks. The round blocks shall be duly painted and fixed to wall or ceiling by means of PVC fill plugs and screws. In case of fitting being suspended from ceiling, the same shall be fixed by means of two numbers 16 swg stove enamelled m.s. conduit down rods along with cast aluminium ball sockets, conduit check nuts, circular Bakelite cover etc. The down rods shall be painted with 2 coats of enamel paint of approved shade. The fixing arrangement to the ceiling shall be capable of sustaining the entire load of fitting and down rod. The minimum mounting height of the fitting shall not be less than 2.5 metre from the finished floor level Installation of Incandescent Fittings The incandescent fittings shall be rigidly fixed to wall or ceiling using Bakelite sheet. The metal parts of the fitting shall be effectively earthed by the earth continuity conductor. The flexible pendants, chandeliers etc shall be suspended from a hook provided in the slab during casting. The bulkhead fittings shall be recessed/ surface mounted on wall or ceiling Installation of Street Light Fittings The street light fittings shall be fixed by means of either suitable G.I. bracket or on arms of tubular pole. The G.I. bracket shall be fixed by means of minimum two pairs of m.s. flat clamps duly painted. Loop-in-loop-out junction boxes shall be embedded inside the bottom foundation of the support wherever required. The wiring to the fitting shall be carried out by minimum 2 core 2.5 sqmm PVC insulated stranded copper wire along with 16 swg hard drawn bare copper earth continuity conductor. The fitting shall be assembled and mounted as per the manufacturer's instructions Installation of Ceiling Fans Unless otherwise specified, the bottom most part of the ceiling fans shall normally be kept at a height of 2.75 metre above finished floor level. In no case, it shall be lower than 2.4 metre above the finished floor level. A minimum clearance of 300mm shall be maintained from the ceiling/beam to the plane of fan blades. The mounting height of all ceiling fans installed inside a hall or room shall be same. The metal parts of the ceiling fans shall be effectively earthed. The fans shall be assembled and mounted as per the manufacturer s instructions. The wiring to the ceiling fan from the nearest point shall be carried out with 3 core 1.5 sqmm PVC insulated stranded copper conductor cords. The down rod & clamp shall be painted with enamel paint of approved shade without involving any extra cost. Round bakelite sheet shall be provided on the fan hook boxes Installation of Exhaust Fans Exhaust fans shall be fitted by means of rag bolts embedded in the wall. The required holes in the wall shall be made and finished neatly with cement plaster and brought to the original finish of the wall within the tendered rates. Gravity louvre shutters of suitable size shall be fixed on the 112

113 outside wall covering the hole for the exhaust fan in order to restrict the inrush of rainwater etc. A wire mesh shall be provided in place of gravity louvre shutters to restrict the entry of birds where there is no chance of inrush of rainwater. All the metal parts of the exhaust fans shall be effectively earthed. The fans shall be assembled and mounted as per the manufacturer s instructions. The wiring to the exhaust fan from the nearest point shall be carried out with 3 core 1.5 sqmm PVC insulated stranded copper conductor cords Installation of Earthing The earthing installations shall generally conform to IS:3043/1966 and requirements of Indian Electricity Rules, All three-phase medium voltage equipments shall be earthed by two separate and distinct connections with earth through earth electrodes. Single phase equipments shall be earthed at least at one point. In case of high & extra high voltages, the neutral point shall be earthed by not less than two separate and distinct connetion with earth each having its own electrode. An earthing electrode shall not be situated within a distance of 1.5 metre from the building whose installation system is being earthed. The cross sectional area of earth continuity conductor in electrical installation shall no where be less than 16swg copper or 14swg GI wire. The earth resistance for various installations shall be restricted within the following maximum permissible limits. Non industrial Buildings : 5 ohms Earth continuity inside an installation : 1 ohm(from electrode to any point in installation) The following types of earthing installations shall in general be provided. (a) Pipe earthing Pipe Earthing Pipe earth electrodes shall be of perforated class B G.I. pipe of specified length and diameter. Galvanising of pipes shall conform to relevant ISS. The G.I. pipe electrode shall be cut tapered at the bottom and provided with holes of 12mm dia drilled not less than 75mm from each other in zigzag manner upto 500mm from the top of the electrode. A pair of 50mm x 5mm G.I. flat clamp with 2 nos 18mm dia drilled holes on either side shall be welded to the electrode at about 150mm below the top of the pipe. The electrode shall be buried in the ground vertically with its top not less than 200mm below the ground level. The pipe earth electrode shall be surrounded by, either salt & charcoal in alternate layers or a homogeneous mixture of the both, for a radius of about 150mm and upto a height of about 250mm below the top of the electrode. The balance portion of the excavated pit shall be filled with good quality soil and properly compacted. A brick masonry chamber with hinged cast iron/ removable RCC inspection cover of size 300mm x 300mm shall be constructed within the tendered rate. Watering arrangement shall be made with funnel and wire mesh fixed by means of a reducer socket on the top of the electrode. 113

114 Installation of Earthing Leads The earthing lead connecting the earth electrode to the apparatus or installation directly shall be of the same material as earth electrode. The earthing leads shall be either wires or strips of adequate size as specified and of either G.I. or tinned copper. The G.I. leads shall be connected to the electrode by means of 16mm dia G.I. nut bolts with flat & spring washer and the tinned copper leads shall be connected to the electrode by means of 16mm dia brass nut bolts with flat & spring washer. All earth connections shall be visible for inspection. The earthing lead from electrode onwards shall be suitably protected from mechanical injury by means of 20mm dia G.I. pipe for G.I. wires. The portion of this protection pipe within ground shall be buried at least 300 mm deep from ground level. (Subject to increase upto a depth of 600mm in road crossings and pavements.) The portion within the building shall be recessed or clamped at not more than 500mm interval in the walls/ columns/ beams etc and recessed in the floors. Joints in the earthing lead from earth electrode to apparatus shall be avoided as far as practicable. However if joints are inevitable, same shall be done by welding or proper bolting in case of G.I. strips and brazing or proper bolting in case of tinned copper strips. The welded joints in G.I. strips shall be applied with bituminous paint and wrapped with bituminous tape TESTING Before a completed installation or an addition to an existing installation is put into service, the following tests shall be carried out by the electrical contractor in presence of Engineer-in-charge. (i) (ii) (iii) (iv) Polarity test Insulation resistance test Earth continuity test Earth electrode resistance test Polarity Test It shall be ensured by this test that the single pole switches have been fitted on the live side of the circuit they control. In a two-wire installation, test shall be made to verify that all switches in every circuit have been fitted to phase conductor or non-earthed conductor of the circuit. In three or four-wire installation, test shall be performed to verify that every non-linked single pole of switch is connected to one of the phase conductor of supply Insulation Resistance Test The insulation resistance shall be measured by applying between earth and whole system of conductors or any section thereof with all fuses in place and all switches closed and except in earth concentric wiring, all lamps in position or both poles of installation otherwise electrically connected together, a d.c. voltage of not less than twice the working voltage, provided that it does not exceed 500 volts for medium voltage circuit. Where the supply is derived from 3 wire a.c. or d.c. or polyphase a.c. system the neutral pole of which is connected to earth direct or through added 114

115 resistance, the working voltage shall be deemed to be that which is maintained between the outer or phase conductor and neutral. The insulation resistance of an installation measured as above shall not be less than 50 Mega-Ohms divided by the number of points of the circuit provided that the whole installation shall be required to have insulation resistance greater than one Mega-ohm. Control rheostats, heating and power appliances and electric signs may, if desired, be disconnected from the circuit during the test, but in this case the insulation resistance between the case of frame and all live parts of each rheostat, appliances and signs shall not be less than half a Mega-ohm. The insulation resistance shall also be measured between all conductors connected to one pole or phase conductor of the supply and all conductors connected to the neutral or the other pole or phase conductor of supply. Such test shall be made after removing all metallic connections between two poles of the installation. The insulation resistance between the conductors of installation shall not be less than that specified above Earth Continuity Test The earth continuity conductor including metal conduits and metallic envelope of cables in all cases shall be tested for electric continuity and electrical resistance of the same along with the earthing lead but excluding any added resistance of earth leakage circuit breaker measured from the connection with the earth electrode to any point in the earth continuity conductor in the completed installation shall not exceed 1 ohm Earth Electrode Resistance Test The resistance of each earth electrode shall be tested with an earth tester and the combined earth resistance of the earth grid of an installation shall be maintained as mentioned below. Distribution Substations : 2 ohms Industrial Buildings : 4 ohms Non industrial Buildings : 5 ohms Earth continuity inside an installation : 1 ohm(from electrode to any point in installation) The completed installation shall be taken over only if the results obtained from the above tests are within the limits mentioned above and in accordance with I.E. Rules. On completion of testing of installation, a certificate shall be furnished by the contractor countersigned by the certified supervisor having a valid electrical supervisory licence issued by Electrical Licensing Board of the State Government under whose direct supervision the installation was carried out. This certificate shall be in a prescribed form obtainable from local supply authority SPECIAL CONDITIONS OF CONTRACT FOR ELECTRICAL INSTALLATION 115

116 3.5.1 Authorities The contractor while executing the work shall obey to the provisions of the Government Acts relating to the work and the regulations and by-laws of statutory bodies or local authorities and supply authorities. The contractor shall undertake to provide all test certificates and make necessary arrangements to obtain electric supply Drawings The installations work shall be carried out as per the approved execution drawings. Prior to laying of conduits or cables, the contractor shall submit drawings for same indicating the route, conduit size and numbers, location of inspection boxes etc. for approval. paper. The contractor on completion of the installation shall submit the following drawings in tracing As built electrical layout drawings of each floor showing the position of points & outlets, type of fittings & fixtures, location of switch boards & distribution boards, circuit & phase indication, position of earth electrodes, cable & conduit routes, position of lightning terminals & conductors etc neatly drawn. As built schematic single line diagram of the entire installation showing (i) (ii) (iii) all distribution boards having description of capacity, system & source of supply, type & their numbers; location, size, type, length of main and sub-main cables/ wires; load details of each circuit or ways of distribution board or switch gear. The drawings shall furnish the identification details such as name of work, job no., accepted tender no., date of completion, site location, name & address of owner, name & address of consultant, signature & name of contractor, his address, scale of drawing Commercial All types of laborers referred in the schedule such as masons, electricians, wiremen, cable jointers, helpers, labourers etc are required to carry out electrical installation work to a building with all necessary tools and plants with them. After completion of the installation, the contractor shall test the same in the presence of Engineer-in-charge for safety and durability as per IS specification and I.E. Rules. He shall get the electrical installation inspected by the Electrical Inspecting Authority and obtain necessary inspection report and statutory clearance to energise the installation at his own cost. However all fees for inspection prescribed by the statutory authority paid by the contractor shall be reimbursed by the owner on production of documentary evidence. The contractor shall submit necessary test certificates as and when required. 116

117 After completion of testing, necessary statutory inspection by competent authority and contract/ agreement with local supply authority, the contractor at his own cost shall arrange for final commissioning and energisation of installations before final handing over to the owner. Rate quoted shall include all cost of labours with tools and plants, sundries and accessories, transportation of materials from local store, insurance, storage and handling, providing watch and ward to the installation carried out by him and materials in his custody, and expenses for maintaining the installation in proper order till final taking over. The contractor shall make good the damages caused during the course of work at his own cost. Only materials of approved make shall be used. All other materials not included in the list of approved materials shall be got approved from Engineer-in-charge. If required, the materials may be sent for testing to any standard testing laboratory for conforming the quality and specification as per ISS. The cost towards testing shall be borne by the contractor. No surplus material procured by the contractor shall be accepted by the owner. The work shall be carried out in accordance with the specification of the schedule complete with cost of all materials (except otherwise mentioned), all types of labour involved, all types of tools & plants required, sundries and accessories and as per the drawing, design and direction of Engineer-in-charge. The electrical installation work shall be carried out by a registered and licensed electrical contractor duly authorised by the local Electrical Licensing Authority. The work shall be directly supervised by a Licensed Electrical Supervisor. Copy of valid license and details of previously executed works of the contractor and his supervisor shall be furnished along with the tender Terms of Payment Payment, upto maximum 80% of the quoted rate on each item completed but awaiting testing and commissioning, shall be made. Another 10% payment shall be made after successful testing in presence of Engineer-in-charge & inspection by statutory authority. The balance 10% payment shall be made after completion of work with final commissioning, energisation, handing over to owner & submission of performance bank guarantee Performance Guarantee The entire electrical installations carried out by the contractor shall be guaranteed for a trouble free operation against any bad workmanship, bad quality of material used for a minimum period of 12 months from the date of taking over by the owner or 18 months from the date of 117

118 commissioning, whichever is earlier. Any defects found during this period shall be rectified and all faulty materials shall be replaced by the contractor free of cost. The performance guarantee shall be executed in shape of a bank guarantee, in the prescribed format of the owner, amounting to 5% of the total value of electrical works executed, through any Nationalised Bank valid till completion of the guarantee period. 4. TECHNICAL SPECIFICATION FOR CHEMICAL CONSERVATION WORKS Scope of work : The work contemplated under this contract includes general Conservation work for the aforesaid project, all as detailed in the Bill of Quantities, Specifications and drawings and to complete the said work in every respect in accordance with this contract and with the directions and to the satisfaction of the Engineer-in-charge. Such other works which are not included in the aforesaid Bill of quantities are generally intended to be executed through a separate agency. Notwithstanding the above, the Engineer-in-Charge reserves the right to order additional works under the same Contract. The Engineer-in-charge also reserves the right to omit any item of work included in the aforesaid Bill of quantities and award the same to any other contractor or not perform it at all at his discretion and the Contractor shall not have any claim because of the same. The Contractor for this work shall be required to work in co-operation and co-ordination with other agencies on site and give them all reasonable assistance and help for the execution of the work in an efficient manner all as directed. The words approved or as directed shall be deemed to convey approval or the discretion of the Engineer-in-charge of the work Indian Standard Specification : The particular Specifications for the work are as detailed hereinafter. These specifications shall be read in conjunction with the relevant Indian Standard Specifications. The obtainable local practice as detailed in various regional handbooks of practice may be used subject to specific approval from the Engineer-in-charge. Where the specifications in any of the standards are at variance with the specifications detailed herein, the specifications herein shall govern Quality of Materials & General Standards of work : The contractor under this contract commits himself to use materials conforming to relevant Indian Standards / Codes and assumes full responsibility for the quality of all materials incorporated or brought for incorporation in the work. The chemical should be of reputed firms like M/s. Ranbaxy/Fisher Scientific (Qualigens)/ Merck/CDH and Wacker. The work shall be executed in accordance with acceptable engineering practice and as per direction of the Engineer-in-charge Scaffolding : 118

119 All scaffolding and ladders required for the proper execution of the work shall be provided by the contractor. The scaffolding should be stout and strong to prevent any collapse or displacement. Proper measures for safety of workmen working on scaffolding should be taken by the contractor. The mode of measurements, wherever possible is specifically mentioned in these documents. Where it has not been mentioned, it shall be as per provision of the relevant Indian Standards. All the measuring tapes and other accessories necessary, shall be provided by the contractor. The bidder along with his bid shall furnish a list of tools, plant and machinery which he intends to use on the works in Bid document. The list should indicate the exact type of machine, its capacity, year of manufacture, kind and capacity of propelling force, spare parts readily available and all other pertinent information. The contractor is obliged to use the machinery mentioned in his list if the Engineer-in-charge considers it necessary Access to site, approach roads and roads within the premises : The contractor shall at his own cost provide all approach roads required for the purpose of carrying out the work in the most expeditious and efficient manner and shall remove the temporary roads on completion. He shall acquaint himself thoroughly regarding condition and suitability of public roads leading up to the limits of the premises and will provide vehicles for transportation of materials which meet the requirements of these road conditions. It shall also be the responsibility of the contractor to maintain at his own cost the road till the construction is completed. The bidder is also to acquaint himself with local laws and bylaws and comply with all police and highway authority requirements Water : Water for all the steps for the conservation work must be clean, neutral & free from salinity. For this purpose, soft water should be used by installing Double Bed De-ionider Plant. The De-ioniser Plant must be regenerated in regular interval to get salt free water. 4.2 Conservation work : General vegetational cleaning Cutting/Extraction of small plants from the fort complex and from the structure also Chemical Cleaning Chemical Cleaning of micro-vegetation, dust & dirt using 2% liquid Ammonia Solution and Nonionic detergent by soft brushing followed by through washing with plenty of de-ionized water Extraction of Salinity Extraction of soluble salt by repeated paper-pulp treatment using de-ionized water confirmation by testing with acidified silver nitrate solution Consolidation Consolidation of the weak stone/brick surface by Wacker OH

120 Fungicidal Treatment After two weeks of the application of consolidant, fungicidal tratment by spraying 2% aqueous sodium pentachlorophenate solution Hydrophobic Treatment Hydrophobic treatment by application of Wacker BS diluted with mineral Turpentine oil in 1:16 ratio. 120

121 SECTION 6: DRAWINGS 121

122

123

IDA Credit Number: #0146-IN. June-2018.

IDA Credit Number: #0146-IN. June-2018. GUJARAT ECOLOGY COMMISSION [GOVERNMENT OF GUJARAT] GUJARAT STATE PROJECT MANAGEMENT UNIT [SPMU] INTEGRATED COASTAL ZONE MANAGEMENT PROJECT (ICZMP) NATIONAL COMPETITIVE BIDDING (NCB) CONSTRUCTION OF A MANGROVE

More information

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015

Tender Document Fees in Rs. Date of Issue of Tender Document 1000/- 25/09/ /10/2015 INDIAN INSTITUTE OF TROPICAL METEOROLOGY ( IITM) PASHAN, PUNE-411 008 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road, Pashan, Pune-411 008, (India). Invites sealed

More information

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG

ASIAN UNIVERSITY FOR WOMEN PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN UNIVERSITY FOR WOMEN AT PAHARTOLI, CHITTAGONG ii ASIAN UNIVERSITY FOR WOMEN ASIAN UNIVERSITY FOR WOMEN CAMPUS PROJECT PROCUREMENT DOCUMENTS PREQUALIFICATION DOCUMENTS FOR PROCUREMENT OF CONSTRUCTION OF CAMPUS CENTER & AUDITORIUM BUILDING OF ASIAN

More information

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE

INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE Tender No. CE/IITM/Project/Conf./Interior/ /02 e-tender NOTICE INDIAN INSTITUTE OF TROPICAL METEOROLOGY PASHAN, PUNE-411 008 Tender No. CE/IITM/Project/Conf./Interior/2012-13/02 e-tender NOTICE Director, Indian Institute of Tropical Meteorology, Dr. Homi Bhabha Road,

More information

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time)

Invitation for Bids. Deadline for Submission of Bids: July 17, 2017 up to 1200 Hours (Nepal Standard Time) Invitation for Bids Grant No. and Title: 2015 68 112: Reconstruction and Improvement of Electricity in Earthquake Affected Districts. Tender No. and Title: ICB-REIP-073/74-01, Lot 1: Immediate Relief Measure

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS

REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS REPUBLIC OF KENYA COUNTY GOVERNMENT OF TURKANA PROPOSED CONSTRUCTION OF 3 BEDROOMED STAFF HOUSE BLOCKS AT ELELEA SUBCOUNTY HOSPITAL IN ELELEA WARD, TURKANA COUNTY BILLS OF QUANTITIES Tender No... County

More information

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II

Proposed Building and Civil Engineering Workshops for Machakos University College - Phase II MACHAKOS UNIVERSITY COLLEGE ISO 9001:2008 Certified (A Constituent College of Kenyatta University TENDER DOCUMENT FOR THE PROPOSED CONSTRUCTION AND COMPLETION OF BUILDING AND CIVIL ENGINEERING WORKSHOPS

More information

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING

MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING COUNTY GOVERNMENT OF MACHAKOS MINISTRY OF TRANSPORT, ROADS, PUBLIC WORKS AND HOUSING PROPOSED CONSTRUCTION OF COUNTY GOVERNMENT OFFICES AT MATUU-MACHAKOS COUNTY TENDER DOCUMENTS QUANTITY SURVEYOR PUBLIC

More information

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES)

BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) BIDDING DOCUMENTS (PROCUREMENT OF GOOD AND SERVICES) IOM Nigeria FRAMEWORK AGREEMENT FOR SUPPLY OF DIESEL FOR ONE (1) YEAR ITB NO: NG10-014 Prepared by DORCAS SHAIBU 11 January, 2018 IOM Nigeria No.11

More information

Procurement of Goods

Procurement of Goods GOVERNMENT OF MEGHALAYA SUPPORTING HUMAN CAPITAL DEVELOPMENT IN MEGHALAYA (SHCDM) (ADB LOAN NO. 3033-IND) Bid Document for Phase-I Procurement of Lab/Workshop, Classroom, Library and IT Lab equipment,

More information

B I D D I N G D O C U M E N T S

B I D D I N G D O C U M E N T S REPUBLIC OF KENYA MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER TANATHI WATER SERVICES BOARD FUNDING DESIGN AND BUILD OF NDARUGU 1 DAM WATER SUPPLY PROJECT B I D D I N G D O C U M E N T S

More information

MINISTRY OF HEALTH & FAMILY WELFARE National AIDS Control Organization (NACO) Government of India. National AIDS Control Programme Phase-IV (NACP-IV)

MINISTRY OF HEALTH & FAMILY WELFARE National AIDS Control Organization (NACO) Government of India. National AIDS Control Programme Phase-IV (NACP-IV) 1 MINISTRY OF HEALTH & FAMILY WELFARE National AIDS Control Organization (NACO) Government of India National AIDS Control Programme Phase-IV (NACP-IV) NATIONAL COMPETITIVE BIDDING BID DOCUMENT For PROCUREMENT

More information

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS

REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GDD-070-2018 TENDER FOR STRUCTURAL REHABILITATION OF OLKARIA II GEOTHERMAL POWER STATION (OPEN NATIONAL) Kenya Electricity Generating Company Limited Stima

More information

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO.

PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO. D111 CO / KWL/ 1501 JOB NO. REPUBLIC OF KENYA MINISTRY OF LAND, HOUSING AND URBAN DEVELOPMENT STATE DEPARTMENT OF LAND PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AND OFFICES BLOCK AT KWALE TOWN, KWALE COUNTY W.P. ITEM NO.

More information

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD.

NAIROBI CITY COUNTY TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH ROOF SPACE HALL AT LAND MAWE WARD. NAIROBI CITY COUNTY Telephone: 020 344194 web: www.nairobi.go.ke City Hall, P. O. Box 30075-00100, Nairobi, KENYA. TENDER NO.NCC /WATER/WDF/RT/168/2016/2017 PROPOSED CONSTRUCTION OF TOILETS BLOCK WITH

More information

National Science Foundation Ministry of Science, Technology & Research

National Science Foundation Ministry of Science, Technology & Research 1 National Science Foundation Ministry of Science, Technology & Research BIDDING DOCUMENT PROCUREMENT OF IBM SPSS STASTICAL SOFT WARE NATIONAL COMPETITIVE BIDDING Minimum Specifications requested by NSF

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP / REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD TULWOPSOO-LONTRIM WATER SUPPLY (PRIORITY FUND PROGRAMME) TENDER No: RVWSB// TUL-LON /PPP /2016-2017 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1

BIDDING DOCUMENT. Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME 1 REPUBLIC OF PALAU PALAU PUBLIC UTILITIES CORPORATION (PPUC) KOROR-AIRAI SANITATION PROJECT (KASP) BIDDING DOCUMENT Sewage Treatment Plant Upgrade in Malakal Contract No. PAL 3060/61-KASP-Works ICB-03 VOLUME

More information

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18

PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,

More information

A F R I C A N U N I O N Standard Bidding Document

A F R I C A N U N I O N Standard Bidding Document A F R I C A N U N I O N Standard Bidding Document Procurement of Goods and Services Open Tender REGIONAL COMPETITIVE BIDDING (RCB) African Peer Review Mechanism Procurement Number: 2/APRM/IT/07/17 TENDER

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

India Tender. Construction - I VOLUME

India Tender. Construction - I VOLUME 8th Floor, Block No. 18, Udyog Bhavan, Sector-11, Gandhinagar, Gujarat, India-382017. Tel :+91-79-23232701/4 Fax : +91-79-23222481 email: garud.gandhinagar@gmail.com ====== ========= ========== =========

More information

BIDDING DOCUMENT FOR PROCUREMENT OF CONSULTANCY WORK

BIDDING DOCUMENT FOR PROCUREMENT OF CONSULTANCY WORK BIDDING DOCUMENT FOR PROCUREMENT OF CONSULTANCY WORK 1 PIMPRI-CHINCHWAD NEW TOWN DEVLOPMENT AUTHORITY NIGDI, PUNE 411 044 Tender inviting for appointment of consultants for preparing GAD and Junction Design

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA REPUBLIC OF KENYA COUNTY GOVERNMENT OF KIRINYAGA NOMINATED SUB-CONTRACT TENDER DOCUMENT FOR THE PROPOSED MEDICAL COMPLEX - PHASE 1 AT KERUGOYA COUNTY HOSPITAL IN KERUGOYA TOWN, KIRINYAGA COUNTY ERECTION

More information

Section IV. Bidding Forms

Section IV. Bidding Forms Section IV. Bidding Forms 1-1 Section IV. Bidding Forms Table of Forms Letter of Bid... 3 Form of Bid Security (Bank Guarantee)... 6 Form of Bid Security (Bid Bond)... 7 Form of Bid-Securing Declaration...

More information

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES)

REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) REPUBLIC OF KENYA MINISTRY OF HEALTH (NATIONAL PUBLIC HEALTH LABORATORY SERVICES) TENDER DOCUMENT FOR CONSTRUCTION OF BIOSAFETY LEVEL II LABORATORY (BSL II) (PUBLIC HEALTH LABORATORY) AT MOI TEACHING REFERRAL

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the

Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya. Tender Document. For the Open International Tender (OIT) Government of Kenya, Ministry of Health Nairobi/Kenya Tender Document For the Supply and delivery of Mobile Digital X - Ray Machines ITT No.: GF ATM TB NFM - 17/18 OIT -

More information

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes)

Open National Tender (ONT) Tender Document. For the. SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Open National Tender (ONT) Tender Document For the SUPPLY OF NON-PHARMACEUTICALS (Surgical sutures, Dispensing envelopes) Invitation for Tender (IFT) Number: KEMSA/ONT 04/2017-2019 FRAMEWORK CONTRACTING

More information

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-GT-012-2017 Tender for Re-location of One GE Frame 6 Gas Turbine Plant from Embakasi in Nairobi to Muhoroni near Kisumu. Scope :( Dismantling, Transportation,

More information

Supply of Office Furniture, Fittings, Furnishings & other Equipments.

Supply of Office Furniture, Fittings, Furnishings & other Equipments. The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t

I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t R E P U B L I C O F L I B E R I A N A T I O N A L E L E C T I O N S C O M M I S S I O N B i d d i n g D o c u m e n t I n t e r n a t i o n a l C o m p e t i tiv e B i d d i n g D o c u m e n t F o r t

More information

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015

PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/2015 PREQUALIFICATION DOCUMENT FOR SUPPLY OF DISPENSERS, DRINKING WATER AND DISPOSABLE - TENDER NO KENAS NO/28/2013/201 KENYA ACCREDITATION SERVICE P.O BOX 47400-00100 NAIROBI KENYA Tel: 0787 39 679 or 072

More information

Tender for the installation and construction of Mwalija Solar Powered Irrigation Scheme in Chikwawa District: Publication reference: MWI

Tender for the installation and construction of Mwalija Solar Powered Irrigation Scheme in Chikwawa District: Publication reference: MWI Tender for the installation and construction of Mwalija Solar Powered Irrigation Scheme in Chikwawa District: Publication reference: MWI 1014 18-04 G O V E R N M E N T O F M A L A W I REPRESENTED BY THE

More information

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010

PRE-QUALIFICATION OF SUPPLIERS PROVISION OF FUMIGATION, SANITATION AND SANITAL DISPOSAL SERVICES TENDER NO.KPLC1/5BC/9A/PT-ST/113/2010 The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. Central Office P.O. Box 30099 Nairobi, Kenya Telephone 254-02-3201 000/3201 323 Fax No. 254-02-310336 or 3753833 Website: www.kplc.co.ke

More information

Tender No GSO/CED/CE/TR - 410/2011

Tender No GSO/CED/CE/TR - 410/2011 Government of India Department of Atomic Energy General Services Organisation Civil Engineering Division Tender No GSO/CED/CE/TR - 410/2011 Sealed item rate tenders in TWO Parts in the prescribed forms

More information

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA

REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA REPUBLIC OF KENYA COUNTY GOVERNMENT OF NYANDARUA DEPARTMENT OF ROADS, PUBLIC WORKS & TRANSPORT PROPOSED COSTRUCTION AND COMPLETION OF TYPE DISPENSARIES & ASSOCIATED EXTERNAL WORKS FOR THE MIN. OF HEALTH

More information

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: - -

CIVIL DEPARTMENT. Name of the Work-RW: - GI Chainlink fencing. Name of the Bidder: - Address: - Phone No.: - Mobile: -   - Rs. 500.00/- CIVIL DEPARTMENT Name of the Work-RW: - GI Chainlink fencing Name of the Bidder: - Address: - Phone No.: - Mobile: - Email: - (Employer) Invitation of tenders for GI Chainlink fencing Ref.

More information

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER SUPPLY AND DELIVERY OF MEDICAL EQUIPMENTS

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER SUPPLY AND DELIVERY OF MEDICAL EQUIPMENTS AFRICAN UNION UNION AFRICAINE UNIÃO AFRICANA Addis Ababa, ETHIOPIA P. O. Box 3243 Tel: +25 (0)-55 7700 Fax: +25 (0)-55 0430 Website : www.africa-union.org AFRICAN UNION COMMISSION PROCUREMENT OF GOODS

More information

INDIAN INSTITUTE OF TECHNOLOGY INDORE

INDIAN INSTITUTE OF TECHNOLOGY INDORE INDIAN INSTITUTE OF TECHNOLOGY INDORE Notice Inviting Tender 1. Item rate tenders are invited from eligible contractors registered/enlisted with Central Government Departments/State Government Departments/

More information

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya International Peace Support Training Centre Westwood Park P O Box 24232-00502 Karen, Kenya PRE-QUALIFICATION TENDER NO.IPSTC/PREQ/2016/2017/231FOR REGISTRATION OF SUPPLIERS FOR PROVISION OF TENTS CHAIRS

More information

Tamil Nadu Road Development Company Ltd.

Tamil Nadu Road Development Company Ltd. Tamil Nadu Road Development Company Ltd. (TNRDC) Widening of East Coast Road (ECR) from Double Lane into Four Lane from KM 22/300 to KM 55/800, Including Improvement to Curved Stretches 13 Nos & Junctions-7

More information

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD

NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD NAIROBI CITY COUNTY BID DOCUMENT FOR INSTALLATION OF LIGHTS AT PELICAN CROSSING POINTS ON SELECTED LOCATIONS WITHIN THE CBD TENDER No. NCC/T/RPW&T/205/2017- Chief officer Roads, Public works and Transport

More information

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For

Bangalore International Airport Limited INFORMATION DOCUMENT REQUEST FOR PROPOSAL (RFP) For Bangalore International Airport Limited INFORMATION DOCUMENT ON REQUEST FOR PROPOSAL (RFP) For ENGAGING DESIGN CONSULTANT TO PROVIDE DESIGN SERVICES FOR INTERIM TERMINAL1 (T1) IMPROVEMENTS (SWEAT) AT KEMPEGOWDA

More information

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI

CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX NAIROBI PRE-QUALIFICATION DOCUMENT FOR PROVISION OF CREATIVE DESIGN, LAYOUT AND PRINTING OF MAGAZINES, CALENDARS, PROMOTIONAL MATERIALS, BROCHURES, NOTEBOOKS AND DIARIES CONTRACT NO: AWSB/HQ/PQ/18/2015-2017 MAY

More information

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD

PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD PRE-QUALIFICATION DOCUMENT FOR SUPPLY AND DELIVERY OF STAFF UNIFORMS, SPORTS GEAR AND SHOES CONTRACT NO: AWSB/HQ/PQ/09/2015-2017 MAY 2015 CHIEF EXECUTIVE OFFICER ATHI WATER SERVICES BOARD P.O BOX 45283-00100

More information

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI)

MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.) EXPRESSION OF INTEREST (EOI) MADHYA PRADESH GOVERNMENT Madhya Pradesh Forest Department Satpura Bhawan, Bhopal (M.P.)-462003 EXPRESSION OF INTEREST (EOI) Notice Inviting Expression of Interest (EOI) for hiring the services of consultants

More information

ETHICS AND ANTI-CORRUPTION COMMISSION

ETHICS AND ANTI-CORRUPTION COMMISSION ETHICS AND ANTI-CORRUPTION COMMISSION TENDER DOCUMENT FOR PROPOSED OFFICE PARTITIONING AND REFURBISHMENT TO ETHICS AND ANTI- CORRUPTION COMMISSION OFFICES ON 1ST FLOOR, CENTRAL SQUARE BUILDING, KISUMU

More information

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME

UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME UNIVERSAL SERVICE FUND CO (USF) Request for Application PREQUALIFICATION OF INSTITUTES FOR THE BOARD OF DIRECTORS ORIENTATION AND LEARNING PROGRAMME December, 2016 (TENDER DOCUMENT FOR PREQUALIFICATION

More information

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM

TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM THE KENYATTA INTERNATIONAL CONVENTION CENTRE TENDER SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF CCTV SURVEILLANCE AND ACCESS CONTROL SYSTEM KENYATTA INTERNATIONAL CONVENTION CENTRE KICCBUILDING

More information

Disable friendly Washrooms at hostel blocks (A & E)

Disable friendly Washrooms at hostel blocks (A & E) Telephone: 080-26993580 080-26993360 Fax:080- :26584050 Email: anil.sj@iimb.ernet.in : shivakumar.k@iimb.ernet.in TENDER NOTICE: 16 th February 2015 E.M.D (Rs.) TO BE SUBMITTED ALONG WITH TENDER Tender

More information

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET

PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET PROPOSED STORAGE FACILITIES AND COMMERCIAL OFFICES AT ELDORET SPECIFICATIONS AND BILLS OF QUANTITIES FOR ELECTRICAL INSTALLATION CLIENT Kenya Power and Lighting Co. Ltd. P. O. Box 30099-00100 NAIROBI ARCHITECT:

More information

Tender for Engagement of Chartered Accountant CONTENTS

Tender for Engagement of Chartered Accountant CONTENTS Date Sri Aurobindo Marg, New Delhi 110016 Bidding/TENDER DOCUMENT Tender for Engagement of Chartered Accountant CONTENTS Page Contents no. 1-2 Invitation for bid 3 Procedures for submission of bid 3 Amendment

More information

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS)

TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) GEOTHERMAL DEVELOPMENT COMPANY LIMITED GDC/PM/OT/016/2016-2017 TENDER FOR SUPPLY OF OFFICE FURNITURE (RESERVED FOR THE SPECIAL GROUPS) CLOSING DATE AND TIME: 17th October, 2016 at 2.00Pm Geothermal Development

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

SIMLAW Seed CoMpAny LIMIted

SIMLAW Seed CoMpAny LIMIted SIMLAW Seed CoMpAny LIMIted TENDER DOCUMENT TENDER FOR SALE OF BOARDED MOTOR VEHICLES AND BEANS TENDER REF: SSC/T/DC/10/2018/2019 TENDER CLOSING & OPENING DATE: -16 th NOVEMBER, 2018 SIMLAW SEED COMPANY

More information

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI

JUNE 2017 CHIEF EXECUTIVE OFFICER TANATHI WATER SERVICES BOARD KIDP BUILDING, KALAWA ROAD PRIVATE BAG KITUI TANATHI WATER SERVICES BOARD K.I.D.P. Bldg., Kalawa Rd., Private Bag, Kitui. Phone: 020 8009628/044-4422416 Telefax: +254 044-44221O8/4422417 Email: tanathiwsb@gmail.com PRE-QUALIFICATION DOCUMENT FOR

More information

Deadline for documents submission June 11, 2009 before 12:00 hours (local time)

Deadline for documents submission June 11, 2009 before 12:00 hours (local time) United Nations Development Programme Date: 26 May 2009 Expression of Interest Pre-Qualification for Civil Works Ref: PRQ/KRT/09/001- R1 United Nations Development Programme (UNDP), Sudan office announces

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/

NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/ NATIONAL INDUSTRIAL TRAINING AUTHORITY TENDER NO.NITA/26/2016-2017 TENDER FOR SUPPLY, DELIVERY, INSTALLATION, CONFIGURATION AND COMMISIONING OF A STRUCTURED CABLING LOCAL AREA NETWORK, FIBER EXTENSION

More information

Procurement Plan. Accelerating Solar Water Pumping via Innovative Financing. Date of the Procurement Plan: December 3, 2017

Procurement Plan. Accelerating Solar Water Pumping via Innovative Financing. Date of the Procurement Plan: December 3, 2017 Public Disclosure Authorized I. Project Information: Country: Tanzania Procurement Plan Project Name: Accelerating Solar Water Pumping via Innovative Financing Public Disclosure Authorized Public Disclosure

More information

KARATINA UNIVERSITY PROPOSED LIBRARY

KARATINA UNIVERSITY PROPOSED LIBRARY KARATINA UNIVERSITY PROPOSED LIBRARY TENDER NAME: PLUMBING AND DRAINAGE SUB-CONTRACT BILL OF QUANTITIES (Re-tender) TENDER NUMBER: KarU/OT/05/LIB/2017-2018 Project Consultants: JKUATES LTD P.O. BOX 62000-00200

More information

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS

INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS INVITATION FOR PREQUALIFICATION FOR THE CONSTRUCTION OF WORKS Title: 530 and 531 KOS 4000 restoration of wall paintings of Bogorodica Ljeviska Church in Prizren Safeguard of Cultural Page 1 of 24 INVITATION

More information

ROADS AND FLEET MANAGEMENT DEPARTMENT

ROADS AND FLEET MANAGEMENT DEPARTMENT ROADS AND FLEET MANAGEMENT DEPARTMENT TENDER NO. KWS/OT/R&F/22/2017 2018 ROUTINE MAINTENANCE OF JUNCT A109 CHYULU HILLS ROAD(E1819) IN CHYULU NATIONAL PARK February 2018 (Persons With Disability) HEAD,

More information

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders

Design and Build of Passenger Terminal Building North Extension At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders At Macau International Airport (RFQ-198) Section 1 Instruction to Bidders Table of Contents Page S.1/ Section 1 - Instruction to Bidders ( ITB )... 3 1. Introduction... 3 2. Eligibility of Bidders... 3

More information

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam

Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 40 MVA, 132/33 kv Power Transformers and Related Services for Srikona and Sipajhar Grid Substations in Assam A S S A M E L E C T R I C I T Y G R I D C O R P O R A T I O N

More information

COUNTY GOVERNMENT OF NYERI

COUNTY GOVERNMENT OF NYERI COUNTY GOVERNMENT OF NYERI WHEN REPLYING PLEASE QUOTE OUR REFERENCE NO AND DATE. ALL CORRESPONDENCES TO BE ADDRESSED TO THE COUNTY SECRETARY OR THE CHIEF OFFICERS OF DEPARTMENTS P.o. Box 1112-10100 NYERI

More information

TAMILNADU MEDICAL SERVICES CORPORATION LIMITED 417 Pantheon Road, Egmore, Chennai - 8 Website: tnmsc.

TAMILNADU MEDICAL SERVICES CORPORATION LIMITED 417 Pantheon Road, Egmore, Chennai - 8 Website:     tnmsc. TAMILNADU MEDICAL SERVICES CORPORATION LIMITED 417 Pantheon Road, Egmore, Chennai - 8 Website: www.tnmsc.com E-mail: enquiry @ tnmsc.com BID REFERENCE:325/CSSD/PMSSY-GRHM/TNMSC/ENGG/2018, DT:03.05.2018

More information

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC

Ref.No.Q027/M(P)/OSELT-30MG/TNMSC/2016 Date : INVITATION OF LIMITED TENDER FOR THE SUPPLY OF OSELTAMIVIR CAPSULE IP - 30MG TO THE TNMSC TAMILNADU MEDICAL SERVICES CORPORATION LIMITED (A Government of Tamilnadu Undertaking) 417, Pantheon Road, Egmore, Chennai 600 008. Phone: 044-2819 1890, 2819 0259/ Fax: 044-2819 0636 Website: www.tnmsc.com

More information

BIDDING INVITATION RELATING TO ACMI LEASE OF AIRCRAFT AOAFF N 06/2018/AH-DP. Attention of Bidders is drawn to the following:

BIDDING INVITATION RELATING TO ACMI LEASE OF AIRCRAFT AOAFF N 06/2018/AH-DP. Attention of Bidders is drawn to the following: BIDDING INVITATION RELATING TO ACMI LEASE OF AIRCRAFT Attention of Bidders is drawn to the following: Aircrafts are required on ACMI Lease To operate AIR ALGERIE regular schedule and Hadj flights as per

More information

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam

Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BIDDING DOCUMENT FOR Supply of 220/132/11 kv, 200 MVA & 160 MVA, Auto Transformers and Related Services for Sarusajai & Salekathi Grid Substations in Assam BID IDENTIFICATION NO:-AEGCL/MD/TECH-652/ /200,

More information

GENERAL RULES GOVERNING TENDERING

GENERAL RULES GOVERNING TENDERING GENERAL RULES GOVERNING TENDERING Version 1.13 dated 26 th August 2015 1. Law 1.1 By submitting their tenders, tenderers are accepting that this procedure is regulated by Maltese Law, and are deemed to

More information

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR

STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR COUNTY GOVERNMENT OF NANDI NANDI COUNTY ASSEMBLY P. O BOX 673-30300 KAPSABET STANDARD PROCUREMENT PRE-QUALIFICATION DOCUMENT FOR (PROVISION OF AIR TRAVEL AGENCY AND AIR TICKETING SERVICES-IATA/KATA REGISTERED)

More information

Government of Sindh. SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kiyani Road, Karachi-Pakistan Bidding Document.

Government of Sindh. SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kiyani Road, Karachi-Pakistan  Bidding Document. Government of Sindh de SINDH REVENUE BOARD Shaheen Complex Building, 6 th Floor, M.R Kiyani Road, Karachi-Pakistan www.srb.gos.pk Bidding Document For Supply of Online Fiscal Point of Sale Integration

More information

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW

STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW STATE BANK OF INDIA, LOCAL HEAD OFFICE, LUCKNOW REQUEST FOR EXPRESSION OF INTEREST FOR EMPANELMENT OF VENDORS FOR LAN/DATA CABLING WORK IN THE BRANCHES/AOs/SBLCs OF LUCKNOW, CIRCLE EOI REFERENCE NO. :

More information

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No.

NTA Metropolitan Mass Transit System. To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project. Addendum No. Date: 12 th July 2017 #1069265 To: All Bidders Re: Tender 055/2017 for the Signaling and Train Control of the Red Line Project Addendum No. 5 Addendum no. 5 is issued for inclusion into the tender documents.

More information

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY

MERU UNIVERSITY OF SCIENCE & TECHNOLOGY MERU UNIVERSITY OF SCIENCE & TECHNOLOGY P.O BOX 972-60200 Meru-Kenya Tel: 020-2092048, 020-2069349, 061-23092, 064-30320 Cell Phone: +254712524293, +254 725330827, +254 78151411, +254 725330826,+254 752839270,+254

More information

The Kenya Power & Lighting Co. Ltd.

The Kenya Power & Lighting Co. Ltd. The Kenya Power & Lighting Co. Ltd. TENDER NO. KPLC1/6D/PT/D/02/11 SUPPLY, INSTALLATION AND COMMISSIONING OF ADDITIONAL FEEDER BREAKER AND 1MVA STEP- UP TRANSFORMER AT MANDERA AND LODWAR POWER STATIONS

More information

NOTICE INVITING QUOTATION

NOTICE INVITING QUOTATION NOTICE INVITING QUOTATION Sealed tenders under two bid (technical and financial) system are hereby invited from experienced service providers for providing the CCTV surveillance system in various Examination

More information

HOSTEL - HOUSE KEEPING

HOSTEL - HOUSE KEEPING HOSTEL - HOUSE KEEPING Invitation for Tender Name of the Work-: Cleaning of Hostel buildings, sanitary annexes, bathrooms & Hostel campus and run the hot bath section. Detailed list enclosed herewith.

More information

SELECTION OF CONSULTANT for provision of Consultancy Services for

SELECTION OF CONSULTANT for provision of Consultancy Services for REQUEST FOR PROPOSALS FOR SELECTION OF CONSULTANT for provision of Consultancy Services for Preparation of Masterplan, Design and Construction Supervision of the Infrastructure Works at Les Salines Procurement

More information

DELHI METRO RAIL CORPORATION LIMITED

DELHI METRO RAIL CORPORATION LIMITED DELHI METRO RAIL CORPORATION LIMITED (A Joint Venture of Govt. of India & GNCTD) MASS RAPID TRANSPORT SYSTEM Construction of North East Entry Structure (Excluding subway Box) at South Extension Station

More information

Punjab Thermal Power (Pvt) Limited

Punjab Thermal Power (Pvt) Limited Punjab Thermal Power (Pvt) Limited REQUEST FOR EXPRESSION OF INTEREST Services required for External Audit, Half yearly review, Code of Corporate Governance (CCG) Compliance and Generation License (GL)

More information

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE

TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER DOCUMENT FOR DESIGN, DEVELOPMENT, IMPLEMENTATION AND SUPPORT OF A CORPORATE INTRANET AND WEBSITE TENDER NO: KRA/HQS/NCB/011/2015-2016 TIMES TOWER BUILDING P.O. BOX 48240 00100 TEL: +254 02 2817022

More information

Tamil Nadu Road Development Company Ltd. (TNRDC)

Tamil Nadu Road Development Company Ltd. (TNRDC) Tamil Nadu Road Development Company Ltd. () Southern Port Access Road Widening and Strengthening the Port Access Road (2 lane to 4 lane) with Rigid Pavement from NCTPS Road Junction to Kamarajar Port Ltd

More information

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No:

REPUBLIC OF KENYA RIFT VALLEY WATER SERVICE BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: REPUBLIC OF KENYA RIFT VALLEY WATER SERVICES BOARD MILIMA TATU WATER SUPPLY PROJECT (PRIORITY PROJECTS PROGRAMME) TENDER No: RVWSB/MLM-TAT/EQ /2017-2018 TENDER DOCUMENT EMPLOYER PROJECT MANAGER RIFT VALLEY

More information

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work: UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155 Title of Work: Supply and Delivery of Personal Protection Equipment (PPE) for UN-Habitat Afghanistan 15 November 2018 1 RFQ

More information

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /17; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/17; Dated September 15, 2018 NOTICE INVITING EXPRESSION

More information

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR

UTaNRMP EXPRESSION OF INTEREST FOR CONSULTANCIES AND RELATED SERVICES FOR FINANCIAL YEAR TO TENDERERS MINISTRY OF WATER AND IRRIGATION STATE DEPARTMENT OF WATER UPPER TANA NATURAL RESOURCES MANAGEMENT PROJECT (UTaNRMP) P.O. Box 996-60100 Embu; Tel 068 22 31376; Email: info@utanrmp.or.ke utanrmp@gmail.com

More information

Proforma I. Name of work : Main plant street lighting and area lighting at KKNPP site. S.No Subject Details

Proforma I. Name of work : Main plant street lighting and area lighting at KKNPP site. S.No Subject Details NUCLEAR POWER CORPORATION OF INDIA LTD (A Government of India Enterprise) KUDANKULAM NUCLEAR POWER PROJECT Kudankulam PO, Radhapuram Taluk, Tirunelveli Dist Tamil Nadu 627 106. Phone: 04637 282334, 282308,

More information

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE

TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING (ERP) SUPPORT AND MAINTENANCE KENYA TRADE NETWORK AGENCY (KENTRADE) Embankment Plaza First Floor P.O. Box 36943-0000-NAIROBI Tel: +54 00 614896; email: info@kentrade.go.ke TENDER DOCUMENT FOR THE PROVISION OF ENTERPRISE RESOURCE PLANNING

More information

institutions and Public Sector Undertakings for similar works.

institutions and Public Sector Undertakings for similar works. Limited Cuffe Parade, Mumbai 400 005 Ph: (022) 6655 3355; Fax: (022) 2218 0411 Notice inviting tender for Architects / Consultants for Electrical, HVAC and Allied Works at IDBI Office building at CBD Belapur,

More information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

VADODARA SMART CITY DEVELOPMENT LTD.

VADODARA SMART CITY DEVELOPMENT LTD. VADODARA SMART CITY DEVELOPMENT LTD. www.vmc.gov.in Expression of Interest for Empanelment of Chartered Accountants for providing Internal Audit & Other Financial Services to Vadodara Smart City Development

More information

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for

EoI No.: WAP/H-3082/CSEZ/ /15; Dated September 15, 2018 NOTICE INVITING. EXPRESSION OF INTEREST (EoI) for Price Rs.3,000/- (Non-refundable) ISO 9001: 2008 Consultancy Services Engineering, Procurement & Construction (EPC) EoI No.: WAP/H-3082/CSEZ/2018-19/15; Dated September 15, 2018 NOTICE INVITING EXPRESSION

More information

General Information and Tender Procedures Product procurement or consultant services procurement Technical specifications

General Information and Tender Procedures Product procurement or consultant services procurement Technical specifications General Information and Tender Procedures Product procurement or consultant services procurement The first step in the tender procedure is the identification of the need to procure. These are referred

More information

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO.

TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE OF THE CORE NETWORK FOR CENTRAL BANK OF KENYA (REF. NO. BANKI KUU YA KENYA CENTRAL BANK OF KENYA Haile Selassie Avenue P. O. Box 60000 Nairobi Kenya Telephone 2860000 Telex 2232 Fax 31060/30192 TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF UPGRADE

More information

Tender Form (B1) Name of the Work RW: Waterproofing of examination Office. Name of the Bidder: Address: Phone No.: Mobile:

Tender Form (B1) Name of the Work RW: Waterproofing of examination Office. Name of the Bidder: Address: Phone No.: Mobile: Rs. 400.00/ Tender Form (B1) Name of the Work RW: Waterproofing of examination Office Name of the Bidder: Address: Phone No.: Mobile: Email: (Employer) Invitation for Tenders of Waterproofing of examination

More information